Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
ID: 6973GH-26-R-01234Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) (DD01)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The CLMRS IT Support Service RFI/Market Survey from the FAA addresses IT support for their Supply Chain Management-Enterprise Resource Planning (SCM-ERP) system and other CLMRS systems. It clarifies that this is a follow-on contract with an existing incumbent (contract #6973GH-22-D-00063) and is expected to begin in 2027 with a performance period of one base year plus four option years. The FAA uses the Scaled Agile Framework (SAFe) and is open to vendor technical advice for architectural enhancements, though current architecture support is mandatory. While current personnel are hybrid, the on-site vs. remote delivery requirements have not been determined. The FAA will lead Business Process Reengineering (BPR) efforts with vendor support. The FAA currently uses Jira for backlog and ticket tracking and owns the IFS Cloud ERP system licenses. This RFI is coordinated with another, broader program of work, and the FAA has not yet determined its acquisition strategy, contract value, or whether it will be a single-award or multi-award contract with set-asides.
    Similar Opportunities
    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 addressing legacy technical debt, enhancing system interoperability, reducing sustainment costs, and adopting sustainable solutions across approximately 200 applications and 3,000 databases. This initiative is crucial for improving operational efficiency and ensuring business continuity within the FAA's complex ecosystem. Interested parties must submit their responses by January 7, 2026, and can direct inquiries to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov. The FAA anticipates a contract award in FY26, with the final vehicle type yet to be determined.
    Contractor Logistics Support (CLS) Follow-On, FY 27-30
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking contractors for the Contractor Logistics Support (CLS) Follow-On contract for fiscal years 2027 to 2030. This procurement aims to provide comprehensive support for the United States Marine Corps MQ-9A Unmanned Aircraft System (UAS), including Organizational-Level maintenance and qualified aircrew services at various operational bases both within and outside the Continental United States. The contract will be structured as a Firm-Fixed Price and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with task orders issued as needed per FAR Clause 52.216-18. Interested parties should direct their questions or comments regarding the draft solicitation to Tiffany Horty at tiffany.a.horty.civ@us.navy.mil by January 14, 2026.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for commercial IT hardware and software, including personal computing devices, network infrastructure components, and related lifecycle management services. The contract, with a maximum cumulative ceiling of $4.1 billion over a 10-year term, is crucial for consolidating IT procurements across the FAA to enhance efficiency and reduce costs. Proposals are due via email by 1700 ET on January 16, 2026, and interested parties should direct inquiries to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    Flight Attendant Drug and Alcohol Program (FADAP) Support Services Contract
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide support services for the Flight Attendant Drug and Alcohol Program (FADAP). The procurement aims to identify vendors capable of maintaining outreach infrastructure, developing educational materials, conducting training seminars on peer identification and intervention, and offering administrative support for the program. These services are crucial for ensuring the effectiveness of FADAP, particularly in light of potential modifications due to public health considerations. Interested vendors must submit their responses to the Request for Information (RFI) by January 22, 2026, and can direct inquiries to the FAA AAQ 460 Contracting Office via email at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    Spatial Disorientation CLS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.
    Solicitation for Short Devices PN:U3001080-091
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is soliciting proposals for the supply of 300 Trans/Short Devices, specifically Part Number U3001080-01, from New Bedford Panoramex Corporation. The procurement requires contractors to provide all necessary labor, facilities, equipment, and materials for manufacturing, with delivery expected within 40 days after receipt of the order to the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This equipment is critical for FAA operations, and the contract will include various clauses related to payment, warranty, and supply chain security. Interested parties must submit their proposals to Haylee Garcia at haylee.p.garcia@faa.gov, ensuring they are registered in the System for Award Management (SAM) prior to award.
    F-15 FMS Repair and Return Support Services RSAF (Follow-On)
    Dept Of Defense
    The Department of Defense is soliciting proposals for the F-15 Foreign Military Sales (FMS) Repair and Return Support Services contract to support the Royal Saudi Air Force (RSAF). This contract aims to establish a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) agreement for unclassified logistics Repair and Return Services (RRS) for various F-15 aircraft variants, with a potential performance period of up to 66 months, including a base year and five option years. The selected contractor will be responsible for managing the supply chain, ensuring compliance with quality standards, and improving turnaround times for repairs, which are critical for maintaining the operational readiness of the RSAF fleet. Interested offerors must submit their proposals by 12:00 P.M. Eastern Daylight Time on March 20, 2026, and should direct any inquiries to the Contracting Officer, Shiela Hodges, at shiela.hodges@us.af.mil.
    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.
    MARKET SURVEY: DESIGN ARSR4 POWER AMP MODULE TEST STATION
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for the design and development of a new Power Amplifier Module Test Station (PAMTS) to replace the existing system used for testing ARSR4 Power Amplifier Module (PAM) boards. The new PAMTS will include an interface adapter, fixture, and necessary test/repair software and procedures, aimed at enhancing the FAA's capabilities to test and repair critical radar system components. This procurement is vital for maintaining the operational integrity of the ARSR4 radar system within the National Airspace System (NAS). Interested vendors must submit their capability statements and other required documentation by 2:00 p.m. Central Time on January 13, 2026, to Connie Houpt at connie.m.houpt@faa.gov, with the subject line "Market Survey Response: 6973GH-26-MS-00003 PMATS."
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.