EPICS II
ID: 693KA8-24-Presolicitation-EPICSIIType: Presolicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA8 SYSTEM OPERATIONS CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to solicit contractor support services under the Enterprise Programs, Infrastructure, and Communications Services (EPICS) II initiative. This procurement aims to provide a comprehensive range of support for the FAA’s Communications, Information, Network Programs (CINP), Data Communications (DataComm) program, and the Telecommunications Integrated Services Organization (TISO), covering areas such as system engineering, program management, and administrative support. The EPICS II requirement is crucial for enhancing the FAA's operational capabilities and ensuring effective management of its communication and information systems. Interested parties should monitor SAM.gov for updates regarding the Draft Screening Information Request (DSIR) and other timeline changes, with the primary contact for inquiries being Elizabeth H. Williams at elizabeth.h.williams@faa.gov.

    Point(s) of Contact
    Elizabeth H. Williams
    elizabeth.h.williams@faa.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    EPICS II
    Currently viewing
    Presolicitation
    Similar Opportunities
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry feedback for the Policy, Engineering, Analysis, and Research Contract (PEARS III) through a draft Screening Information Request (SIR). This contract aims to provide support services across various FAA offices, including policy development, environmental analysis, and administrative support, with a total maximum value of $36 million over a five-year period. The FAA emphasizes the importance of industry input to refine the SIR and ensure it accurately reflects the intended work, inviting interested vendors to submit their comments via a structured comment matrix by January 21, 2026. For further inquiries, vendors can contact the FAA Contracting Office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    AJW Portfolio-AJW Integrated Support Services (AISS), AJW Configuration Management Support (ACMS) and Business, Financial and Administrative Support (BFAS) Requests for Information
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Special Notice regarding the AJW Integrated Support Services (AISS) and the associated Business, Financial, and Administrative Support (BFAS) Requests for Information. The FAA has decided to separate the BFAS work from the AISS acquisition, with plans to solicit them independently; the estimated release for the BFAS SIR is anticipated in the first quarter of FY26, pending necessary approvals. This procurement is crucial for maintaining effective operational support within the FAA, ensuring that both business and administrative services are adequately addressed. For further inquiries, interested parties can contact Contracting Officer Karina Espinosa at Karina.Espinosa@faa.gov or (404) 305-5782, or reach out to secondary contact Kristin Frantz at Kristin.T.Frantz@faa.gov or (404) 305-5779.
    NISC Enterprise Support Tasking (NEST)
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to provide comprehensive support for the NISC Enterprise Support Tasking (NEST) program. This procurement involves independent quality assurance and control of existing NIMS/CMIS systems, development of new systems for the NISC V contract transition, and ongoing support for software architecture, operations, maintenance, user training, helpdesk, and security management. The selected contractor will also be responsible for creating transition-in and transition-out plans to ensure seamless continuity of services. Interested parties should contact the FAA AAQ 410 Contracting Office at 9-AWA-AAQ410-Contracting-Team@faa.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    EPASS Task Order Phasing Plan
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is announcing opportunities for Engineering, Professional, and Administrative Support Services (EPASS) under the Round 3 Fair Opportunity Competition (FOC). The procurement aims to acquire Advisory and Assistance Services (A&AS) for AFLCMC, HQ AFMC, and AFIT, with a strong emphasis on maximizing participation from small businesses, as the program is a 100% small business set-aside. Interested prime offerors must be part of the GSA OASIS+ Small Business IDIQ domain and adhere to the specified NAICS codes to be eligible for task order awards. For further inquiries, Emily Starkey can be contacted at emily.starkey@us.af.mil or by phone at 937-904-6388, while Rimma Shlahtechman is available at rimma.shlahtechman@us.af.mil or 937-255-3039. The program is actively seeking to streamline the process by discontinuing the requirement for contractors to recertify their small business size status at the task order level, with the latest updates communicated through the GSA eBuy platform.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking innovative solutions for the modernization of its application and database infrastructure through a Request for Information (RFI). The primary objectives of this procurement include reducing sustainment costs, enhancing operational efficiency, and improving system interoperability while addressing legacy technical challenges and ensuring scalability. This initiative is critical for the FAA as it aims to overcome complex interoperability requirements and data sensitivity issues across its systems. Interested parties are encouraged to submit their feedback by January 7, 2026, to inform the FAA's acquisition strategy, with inquiries directed to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov.
    Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services. This contract aims to provide global communications connectivity for U.S. Senior Leaders aboard the OSA/EA fleet, which includes aircraft such as the VC-25A/B and C-32A, among others. The services are critical for supporting high-level government officials, including the President and Secretary of Defense, during their operations. The contract is set for a duration of two years and seven months, from April 1, 2026, to October 31, 2028, with a small business size standard of $44 million under NAICS code 517410. Interested parties can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil or Karla Delaney at karla.delaney@spaceforce.mil.
    Common Automation Platform - Request for Information
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking information through a Request for Information (RFI) regarding the development of a Common Automation Platform (CAP) aimed at modernizing the Air Traffic Control System (ATC). This initiative is part of a broader effort to replace outdated systems such as ERAM and STARS with a unified, state-of-the-art platform, and the FAA is looking for innovative ideas, technologies, and procurement strategies that align with its Automation Evolution Strategy (AES). The RFI includes inquiries on various critical aspects such as system integration, advanced automation, user experience, and security, with responses due by December 19, 2025. Interested parties can contact David L. Reynolds at david.l.reynolds@faa.gov or Katherine McCray at katherine.mccray@faa.gov for further information.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Electric Vertical Takeoff and Landing (eVTOL) and Advanced Air Mobility Aircraft Integration Pilot Program (eIPP)
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the Electric Vertical Takeoff and Landing (eVTOL) and Advanced Air Mobility Aircraft Integration Pilot Program (eIPP). This initiative aims to partner State, local, tribal, and territorial (SLTT) governments with U.S.-based private sector organizations to facilitate the safe integration of eVTOL and AAM aircraft into the National Airspace System, focusing on applications such as air taxis, cargo transport, and logistics. The program is designed to generate valuable data to inform future FAA regulations while ensuring public safety and operational efficiency. Proposals must be submitted electronically via the eIPP Portal by December 19, 2025, and interested parties should direct inquiries to Kristin Frantz or Karina Espinosa at the provided email addresses.