Cloud services in support of the operational mission of the Federal Aviation Administration
ID: 692M15-25-R-00009Type: Presolicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION692M15 ACQUISITION & GRANTS, AAQ600ATLANTIC CITY, NJ, 08405, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - DATA CENTER AS A SERVICE (DC10)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking proposals for a contract to provide cloud services in support of its operational mission, specifically through the Cloud Hosting Services 2.0 (FCS2) initiative. The procurement aims to award a single contract that encompasses comprehensive cloud support utilizing Amazon Web Services (AWS) and Microsoft Azure, with a focus on managing cloud hosting accounts while ensuring the FAA retains ownership of its data. This initiative is critical for enhancing the FAA's operational efficiency and oversight of cloud resources, with the anticipated solicitation release date set for December 2024. Interested vendors can direct inquiries to Laurie Jiavaras at laurie.p.jiavaras@faa.gov or Kathryn Scott at kathryn.scott@faa.gov for further information.

    Files
    Title
    Posted
    The document outlines the requirements for the Federal Aviation Administration (FAA) Cloud Services 2.0 (FCS 2.0) contract, tasked with providing IT cloud consumption services. The contractor will supply personnel, equipment, and services to support FAA operations across various environments by leveraging Amazon Web Services (AWS) and Microsoft Azure, with all services confined to U.S. soil. Key deliverables of the contract include monthly status and financial reports, meeting agendas and minutes, and notifications for maintenance and incidents. The contractor is required to manage all cloud hosting accounts directly, ensuring that the FAA retains all administrative control over its data and accounts. Furthermore, the contractor must communicate performance, risks, and account consumption to the FAA, and is responsible for transferring any existing accounts from prior contracts seamlessly. The comprehensive approach emphasizes strict adherence to regulations, seamless reporting, and operational efficiency, supporting the FAA's mission while ensuring robust oversight and management of cloud resources.
    The Federal Aviation Administration (FAA) released the Notice ID 692M15-25-R-00009, addressing questions and answers regarding its Request for Proposals (RFP) for Cloud Hosting Services 2.0 (FCS2). The FAA emphasizes its intent to award a single contract for both Amazon Web Services (AWS) and Microsoft Azure, seeking proposals from vendors that provide comprehensive cloud support. The document outlines logistical queries regarding account management, cost allocation, and the transfer of existing cloud services. Key concerns include transitioning current workloads, monitoring cloud expenses, ensuring incident response, and defining the contract’s scope, which is limited to reseller services and excludes direct labor provisions. The FAA asserts ongoing government ownership of data while requiring vendors to manage cloud service accounts efficiently. Increasing reliance on AWS and Azure raises concerns about vendor lock-in and prompts suggestions for expanding the cloud service provider base to enhance competition and service offerings. This procurement strategy emphasizes the FAA's commitment to maintaining efficient cloud operations while ensuring financial oversight and minimizing operational risks. The anticipated solicitation release date is December 2024, with further industry feedback welcomed for potential updates to the Statement of Work (SOW).
    Similar Opportunities
    Aviation Research BAA 2025
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) titled "Aviation Research BAA 2025," inviting proposals for research aimed at addressing challenges in air transportation and enhancing safety and efficiency within the aerospace system. This BAA, numbered 692M15-25-R-00004, will be open for submissions from December 5, 2024, until December 4, 2034, and seeks to engage industry, academia, and various organizations in research areas such as fire safety, airport technology, and advanced control systems. The FAA emphasizes the importance of collaboration with educational institutions and small businesses to foster innovation in aviation technology, with funding expectations of up to $200,000 annually per project. Interested parties can reach out to primary contact Karen Thorngren at Karen.C.Thorngren@faa.gov or secondary contact Christine Kranz at Christine.Kranz@faa.gov for further information.
    FAA WJHTC: Update to anticipated timeframe for release for the FAA Second Level Engineering (SLE ) support services Acquisition
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to provide Second Level Engineering (SLE) support services for its Air Traffic Systems Directorate, specifically for the Terminal and EnRoute & Oceanic Second Level Engineering Groups. This procurement will be conducted as a single indefinite delivery indefinite quantity (IDIQ) contract, with task orders awarded on a Time & Materials basis, and is exclusively set aside for Socially and Economically Disadvantaged Business (SEDB 8(a)) certified vendors. The anticipated solicitation number is 692M15-25-R-00001, with the Screening Information Request (SIR) expected to be released on February 28, 2025. Interested parties should direct inquiries to Alan McCarty at alan.mccarty@faa.gov or Christine Yezzo at christine.yezzo@faa.gov for further information.
    D--HUD IOO Cloud Service Provider
    Buyer not available
    The Department of the Interior, through the Interior Business Center, is seeking industry feedback for a cloud service provision opportunity for the Department of Housing and Urban Development (HUD) under the Request for Information (RFI) numbered DOIDFBO250017. The primary objective is to establish a hybrid multi-cloud operational environment that enhances HUD’s IT infrastructure, supporting its mission towards sustainable housing, with services including Infrastructure as a Service (IaaS) and Platform as a Service (PaaS) from providers like Microsoft Azure and AWS. Interested vendors are encouraged to submit their experiences and capabilities by following specific guidelines, with responses due by 2:00 PM Eastern Time on February 24, 2025, to Carla Mosley at cmosley@ibc.doi.gov. All submissions will become government property, and vendors should refrain from including sensitive information.
    Air Ground Support Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for Air Evacuation Aviation Planning and Operational Ground Support Services. This procurement aims to secure contractor-managed multi-functional air operational support resources to assist in federal responses to national events, with a contract period anticipated to include a one-year base and four one-year options. These services are critical for effective emergency response and disaster planning, ensuring that the government can efficiently mobilize air support when needed. Interested vendors should note that the Request for Proposal (RFP) is expected to be released around the week of February 24, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Felicia Castillo at felicia.castillo@fema.dhs.gov.
    Microsoft Unified Enterprise Packages and Services
    Buyer not available
    The Department of the Air Force intends to award a sole-source contract to Microsoft Corporation for Unified Enterprise Support Services, which will include engineering and proactive support. This procurement is justified under the Federal Acquisition Regulation (FAR) 5.2 and 10 USC 2304(c)(1), indicating that Microsoft is the only responsible source available for these specialized services. The U.S. Air Force Academy (USAFA) has determined that no solicitation for bids will be issued, but interested vendors may submit capability statements to demonstrate how competition could benefit the government. For inquiries, vendors should contact Ronald Wilson or Brianna Morphis by February 21, 2025, as the government retains discretion regarding the necessity of competition.
    697DCK-25-R-00133 FLL ASR Trolley Hoist Replacement Project
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for the Trolley Hoist Replacement Project at the Ft. Lauderdale ASR Radar Site in Davie, Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision to replace the trolley hoist, adhering to specific safety and operational standards outlined in the Statement of Work. This procurement is crucial for maintaining the operational efficiency and safety of FAA facilities, with an estimated contract value between $25,000 and $50,000. Interested small businesses must submit their proposals by February 21, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov.
    IRS EA 4365 Cloud Architecture & Design Support RFI
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide cloud architecture and design support as part of its Enterprise Architecture (EA) modernization strategy. The primary objectives of this procurement include developing cloud architecture, managing digital disruptions, and enhancing customer engagement, all while ensuring compliance with federal standards and optimizing IT investments. This initiative is crucial for modernizing the IRS's IT infrastructure and transitioning to cloud-based solutions, which will improve efficiency and reduce costs. Interested vendors, particularly those within the Small Business Administration's 8(a) Program, must submit their qualifications and capabilities by March 4, 2025, with a maximum submission limit of 15 pages. For further inquiries, vendors can contact Davida Patton at davida.e.patton@irs.gov.
    16th Air Force Commercial Solutions Opening
    Buyer not available
    The Department of the Air Force is issuing a Commercial Solutions Opening (CSO) to acquire innovative solutions, technologies, and services aimed at enhancing mission capabilities for the United States Air Force (USAF). This initiative, authorized under Department of Defense Class Deviation 2022-O0007, seeks to address capability gaps and foster advancements in areas such as Electromagnetic Warfare, Information Operations, Multi-Domain Innovation, and Cloud Computing. Interested vendors are invited to submit proposals in response to specific Calls, with the current Call 0001 focused on "Mission Relevant Terrain-Cyber Automation," open for submissions until January 31, 2024. For further inquiries, potential responders can contact Carissa Heuertz or Lisa Anderson at 16af.cso.workflow@us.af.mil. Note that funding is not currently available, and the government retains the right to award none, part, or all submissions based on evaluations and funding availability.
    FY26 City Pair Program Final RFP
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the Fiscal Year 2026 City Pair Program, which provides scheduled airline passenger transportation services for government employees. The procurement aims to ensure competitive airfares and enhance carrier participation, requiring contractors to meet specific service delivery standards, including nonstop and connecting flights for both domestic and international routes. This program is crucial for facilitating efficient travel for federal personnel, ensuring they have access to reliable and cost-effective transportation options. Interested vendors should direct inquiries to James Santini at james.santini@gsa.gov or Andrea Anderson at andrea.anderson@gsa.gov, with proposals due by the specified deadlines outlined in the RFP documentation.
    KenCast GBS FAZZT Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.