Controller Training Solutions (CTS) II Draft SIR Sections C, L, and M
ID: 693KA8-25-R-00013Type: Presolicitation
Overview

Buyer

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

NAICS

Professional and Management Development Training (611430)

PSC

OPERATION OF AIR TRAFFIC CONTROL TRAINING FACILITIES (M1BB)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Controller Training Solutions (CTS) II program, aimed at enhancing training for air traffic controllers. This procurement involves comprehensive training and support services, including program management, curriculum development, and classroom and simulation training, essential for maintaining high safety and professionalism standards in air traffic control. The selected contractor will play a critical role in training over 14,000 controllers who manage approximately 50,000 daily flights, ensuring compliance with FAA regulations and operational efficiency. Interested parties must submit their questions and feedback regarding the draft solicitation by August 1, 2025, via the provided Excel sheet to the designated FAA contacts, Stephen Mostow and Stephen Shaffer.

    Point(s) of Contact
    Files
    Title
    Posted
    The Controller Training Solutions (CTS) document serves as an official attachment, specifically listing various sites related to air traffic control training. The file comprises a comprehensive list of facilities categorized by identifiers such as Facility ID, Facility Name, Level, District, and Classification Type, all articulated in a structured format. Notable entries include major air traffic control towers and regional terminal radar approach controls (TRACON) situated across multiple states, including Anchorage, Atlanta, and Boston. Each entry provides essential address details, enabling accurate identification and reference of these facilities. The purpose of this document aligns with federal RFPs and grants, ensuring proper training solutions and resources are allocated to support air traffic control operations nationwide. By documenting these facilities systematically, the agency underscores its commitment to training programs aimed at improving safety and efficiency within the aviation sector, alongside adherence to regulatory compliance within governmental frameworks. Through this listing, stakeholders can readily access vital information pertaining to air traffic control training sites, aiding in operational planning and resource deployment.
    The document outlines the minimum personnel qualifications for the Controller Training Solutions II (CTS II) program, as specified in the federal government’s Request for Proposals (RFP) 693KA8-25-R-00013. Key roles include a Program Manager, Deputy Field Program Manager, and several instructor positions, each with distinct responsibilities and requirements. All personnel must demonstrate familiarity with personal computers and software used by the FAA. Specific qualifications for managerial roles emphasize extensive experience in program management, with minimum educational requirements of bachelor’s or graduate degrees. For instructor roles, qualifications vary by type, focusing on air traffic control experience and teaching capabilities. The document categorizes personnel into general requirements, key personnel, management/supervisory positions, and instructional roles, detailing skill sets necessary for effective curriculum development and training delivery. The emphasis on specialized skill sets reflects the FAA's goal to ensure a competent workforce capable of meeting training objectives in air traffic control. This comprehensive outline serves as a critical element in ensuring compliance with the standards required for the successful execution of the CTS II program, central to federal training initiatives aimed at enhancing aviation safety and efficiency.
    The Controller Training Solutions II (CTS II) document outlines certification requirements and training protocols for key personnel involved in air traffic control training. It details the positions requiring certification, including Program Managers, Supervisors, and various Instructor roles (I, II, and III), delineating the necessary qualifications for classroom and laboratory instruction. Each instructor role encompasses specific certification courses, methods for classroom training, and simulation evaluations, which must be documented by the FAA designee. The document emphasizes the structure of training programs, including a variety of methodologies, such as check-rides and evaluations, to ascertain each instructor's proficiency in using teaching tools, managing classroom environments, and ensuring compliance with FAA standards. Waivers for certification requirements may be granted under certain circumstances but must be thoroughly documented. The document’s exhaustive structure reflects the importance of compliance, oversight, and the systemic approach taken in the training of air traffic control personnel within the federal government's regulatory framework, aligning with standards for federal grants and RFPs.
    The document outlines the Federal Aviation Administration's (FAA) guidelines for submitting proposals in response to their Solicitation Information Request (SIR) 693KA8-25-R-00013. It specifies the necessary representations, instructions, and conditions that potential offerors must follow. Key sections include details about the submission process, required proposal volumes, and specific factors to address in their submissions, which range from program management approaches to cost/price analyses. Offerors must submit proposals electronically by a set deadline and are instructed not to send hard copies. Key aspects include providing a comprehensive management strategy, responses to sample problems, past performance summaries, and detailed pricing approaches. The document emphasizes transparency, accountability, and fair access to government information. Offerors are advised on the importance of organizational integrity and the completion of necessary historical performance evaluations. This SIR serves as part of the FAA's efforts to acquire training and support services under the CTS II contract, reflecting a structured federal opportunity aimed at obtaining competitive bids while ensuring compliance and quality service delivery standards for air traffic control training initiatives.
    The document outlines the evaluation criteria for proposals submitted in response to the Federal Aviation Administration's (FAA) Controller Training Solutions II (CTS II) solicitation, emphasizing a "Best Value" approach for award selection. It details the structure of evaluations across different volumes, including Program Management Approach, Technical Approach, Past Performance, Cost/Price, and Small Business Subcontracting Plan. Key evaluation factors focus on management execution, sample problem responses, transition strategies, instructional capabilities, and knowledge of the FAA Air Traffic Control (ATC) operating environment. Each factor contains specific criteria that proposers must meet, including the adequacy of staffing, risk management, and the ability to deliver quality training services. Proposals deemed non-compliant may be eliminated, and price evaluation will be a significant factor, particularly when differences between proposals are minimal. The document emphasizes the importance of understanding the FAA's operational context and achieving compliance with training standards, thus emphasizing the endeavor's criticality for aviation safety and efficiency. Overall, the evaluation process underscores a meticulous approach to ensure that awarded contracts effectively support FAA training objectives and operational requirements.
    The Controller Training Solutions II (CTS II) contract outlines the requirements for training and support services for the Federal Aviation Administration’s (FAA) air traffic controllers, ensuring high safety and professionalism standards. Engaging a contractor to deliver these services is critical as the FAA trains over 14,000 controllers managing 50,000 daily flights. The scope includes program management, classroom and simulation training support, curriculum development, and administrative assistance. Key components of the contract involve transitioning from the existing contract, providing effective program management with designated personnel, and ensuring compliance with FAA orders and directives. Government-furnished items and facilities access will support the contractor's execution of duties. Essential tasks include managing training schedules, monitoring student performance, and maintaining training quality via a Quality Management Plan. The document's structure includes sections on introduction, applicable documents, government-furnished property, and detailed requirements for contractor performance and management tasks. Overall, the CTS II contract aims to enhance the training framework for FAA controllers, prioritizing qualifications, training delivery, and compliance with safety standards, integral to national airspace operations.
    The document pertains to the Request for Proposals (RFP) number 693KA8-25-R-00013, which addresses a set of questions received from potential bidders. It outlines a structured format where each query is numbered systematically, implying a systematic approach to clarifying conditions or requirements of the RFP. While the specific content of the questions is not detailed in the file, the documentation signifies a clear point of engagement between the government and prospective contractors, establishing transparency and allowing for improved understanding of the RFP's intent and expectations. This process is essential in ensuring fair competition and compliance with federal grant protocols and other procurement practices at local levels. The necessity for a question-and-answer section in RFPs highlights the complexity of government contracts and the importance of clear communication in the bidding process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking proposals for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This procurement involves a comprehensive Request for Proposal (RFP) that outlines various Contract Line Item Numbers (CLINs) for airborne and ground subsystems, ancillary mission equipment, and related support services, which are critical for enhancing military training capabilities. The contract will cover essential components such as program management, systems engineering, cyber engineering, logistics, and technical data packages, with performance expected in Orlando, Florida, over multiple fiscal years from FY26 to FY30. Interested parties should contact Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil for further details and to ensure compliance with the submission requirements.
    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.
    Call for Solutions - Flight School Next (FSN)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Aviation Center of Excellence (AVCOE) at Fort Rucker, is issuing a Call for Solutions (C4S) for its Flight School Next (FSN) program, which aims to establish a Contractor-Owned, Contractor-Operated (COCO) solution for Initial Entry Rotary-Wing (IERW) flight training. The program seeks to modernize and streamline the training of 800 to 1,500 rotary-wing pilots annually over a 26-year period, utilizing commercially available services and equipment to meet U.S. Army standards equivalent to FAA commercial helicopter pilot certification. This initiative is critical for enhancing the proficiency of U.S. Army aviators and will require contractors to provide comprehensive training services, including aircraft, maintenance, academic and flight instruction, and simulation as needed. Interested parties must submit their proposals by December 15, 2025, and can direct inquiries to Michael A. Metje at michael.a.metje.civ@army.mil or Susan Ruzicka at susan.e.ruzicka2.civ@army.mil.
    Final Request for Proposal under FTSS V MAC Lot 1
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is issuing a Final Request for Proposal under the Fielded Training Systems Support (FTSS) Multiple Award Contract (MAC) V Lot 1 for Contractor Instructional Services for Naval Air Forces Atlantic Fleet (CISLANT). This procurement aims to support training devices at various sites, including NS Norfolk, NAS Oceana, NAS Jacksonville, and NS Mayport, with a performance period of 60 months, starting with mobilization on July 1, 2026. The selected contractor will provide essential instructional services for military training, ensuring the effective operation and maintenance of critical training aids and devices. Interested FTSS V MAC holders must contact Lynn Carlson at lynn.a.carlson4.civ@us.navy.mil or call 407-694-6394 to access the necessary documents and further details regarding the proposal.
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    CSO - U.S. Army Aviation Training
    Dept Of Defense
    The U.S. Army, through the Department of Defense, is seeking innovative solutions for aviation training under a Commercial Solutions Opening (CSO) aimed at enhancing aviator training capabilities. The primary objectives include rapidly training and qualifying aviators across various platforms, improving pilot proficiency through modern commercial practices, and expanding the aviation industrial base to support Army operations. This initiative is critical for maintaining a competitive edge in national defense and includes three key Areas of Interest: Fixed-Wing Aircraft Training, Rotary-Wing Aircraft Training, and Unmanned Aerial Systems Training. Interested vendors must submit proposals that align with these areas, with evaluations based on technical merit and feasibility. For further details, contact Susan Ruzicka at susan.e.ruzicka2.civ@army.mil or 520-674-8460, or Terry E. Walker at terry.e.walker10.civ@army.mil. The solicitation remains open until canceled, and submissions must comply with the outlined guidelines and formats.
    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.
    Field Operations & CUstomer Support (FOCUS)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is initiating a pre-solicitation for the Field Operations & Customer Support (FOCUS) Task Order, aimed at establishing an enterprise-wide IT help desk and specialist support. This procurement will involve providing a Single Point of Contact for IT services across TSA's extensive operations, which support approximately 85,000 employees and contractors at various locations, including airports and headquarters. Interested vendors must gain access to a Virtual Reading Room (VRR) containing Sensitive Security Information (SSI) to prepare their proposals, requiring the designation of a Senior Corporate Official and successful completion of a Security Threat Assessment for up to three individuals by December 18, 2025, at 8:00 AM EST. For further inquiries, vendors can contact Evan Morcom or Hunter Howery via their respective emails.