Reduced Vertical Separation Minima for Future Air Navigation Systems (FANS)
ID: AAQ-230RVMS-FANS25Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA7 ENROUTE & TERMINAL CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking potential vendors to support the Reduced Vertical Separation Minima (RVSM) for Future Air Navigation Systems (FANS) through a Sources Sought notice. The primary objective of this procurement is to identify contractors who can serve as the Central Reporting Agency (CRA) or North Atlantic Data Link Monitoring Agency (NAT DLMA), tasked with analyzing FANS data link problem reports, ensuring system performance, and facilitating planning and testing for various international aviation groups. This initiative is crucial for enhancing the safety and efficiency of air navigation systems, with the contract anticipated to span five years, including one base year and four option years. Interested vendors must submit their capability statements and a completed Business Declaration Form via email by August 27, 2025, at 12 p.m. EDT, with inquiries directed to Chontice Boykin at Chontice.Boykin@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) has issued a Market Survey Announcement for potential vendors to support the Reduced Vertical Separation Minima (RVSM) for Future Air Navigation Systems (FANS). This initiative aims to address problem resolution, ensure system performance, and facilitate planning and testing for Regional Groups. The selected contractor will serve as the Central Reporting Agency (CRA) or North Atlantic Data Link Monitoring Agency (NAT DLMA), responsible for evaluating and investigating FANS data link problem reports, analyzing performance data, and recommending solutions to stakeholders. The contract is anticipated to be for five years, comprising one base year and four option years. The FAA is seeking capability statements from interested vendors, specifically requesting information on their services, knowledge, experience, and past work with government agencies or private industry. Responses, including a capability statement and a completed Business Declaration Form, must be submitted via email by August 27, 2025, at 12 p.m. EDT.
    This government file outlines the scope of work for a contractor to serve as the Central Reporting Agency (CRA) or North Atlantic Data Link Monitoring Agency (NAT DLMA) for various international aviation groups, including ISPACG, IPACG, and the NAT working group. The primary responsibility involves analyzing and resolving Future Air Navigation System (FANS) data link problem reports from stakeholders globally. The contractor will evaluate problems, recommend dispositions, analyze performance data, and support FAA activities and regional meetings. Key tasks include implementing a corrective action system for problem reports (up to 832 over five years), ensuring data confidentiality, and preparing technical reports for meetings. The contractor must also possess specific tools like avionics test benches and ATS ground system simulators, provide FAA test support for communication and flight data transfer, and submit quarterly progress reports. The contract duration is a one-year base period with four one-year options, with travel costs included in the firm-fixed price.
    The Business Declaration (OMB Control No. 2120-0595, FAA Template No. 61) is a standardized form for businesses to provide essential identifying and operational information to the government. It collects details such as firm name, address, tax ID, contact information, and the declarant's position. The form also inquires about controlling interest (including various minority and gender classifications), whether the declarant is responsible for day-to-day management, the nature of the business (NAIC codes), years in business, number of employees, type of ownership, and gross receipts for the last three years. Additionally, it asks about the firm's status as a small business, service-disabled veteran-owned small business, or socially and economically disadvantaged small business. The declaration concludes with a statement affirming the truthfulness of the provided information, warning of criminal prosecution for false statements.
    Lifecycle
    Similar Opportunities
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Buyer not available
    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.
    Common Automation Platform - Request for Information
    Buyer not available
    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.
    Cloud services in support of the operational mission of the Federal Aviation Administration
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to re-issue a Request for Quote (RFQ) for cloud services that support its operational mission. This procurement aims to secure cloud hosting solutions, which are critical for the FAA's data processing and web hosting needs, particularly in light of a previous RFQ that closed prematurely due to a furlough. The FAA will consider all feedback and questions submitted during the initial RFQ process for the new solicitation, which will be posted on the GSA e-buy site soon. For further inquiries, interested parties can contact Laurie Jiavaras at laurie.p.jiavaras@faa.gov or Kathryn Scott at kathryn.scott@faa.gov.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    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 a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    16--FAN,AIRCRAFT,MATERI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft fan components, identified by NSN 7RH 1680 015855026 and Part Number 645602-1-1. This competitive procurement is set aside for small businesses and requires suppliers to provide FAA-certified parts accompanied by an EASA Form 1, emphasizing the importance of quality and compliance in aviation components. Proposals must be submitted by the extended deadline of December 8, 2025, with evaluations based on the Lowest Price Technically Acceptable (LPTA) criteria, and interested vendors can reach out to Alexis T. Hoepfl at 215-697-5072 or via email at alexis.t.hoepfl.civ@us.navy.mil for further details.
    INTENT TO SINGLE SOURCE: Merative US L.P. - Annual Subscription to Linked Claims and Electronic Health Record (EHR) Database
    Buyer not available
    The Federal Aviation Administration (FAA) intends to award a single source contract to Merative US L.P. for an annual subscription to the Marketscan database, which includes linked claims and electronic health record (EHR) data. This procurement aims to secure exclusive access to Marketscan, as Merative is the sole distributor of this essential resource, which supports the FAA's health-related research and administrative needs. The contract will be executed at the FAA's Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma, with inquiries directed to Contract Specialist Andre Casiano at andre.casiano@faa.gov or by phone at 405-954-7850. This announcement serves to inform industry stakeholders of the FAA's decision to utilize single source procedures in accordance with its acquisition management policies.
    Aviation Research BAA 2025
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Buyer not available
    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.
    Repair Various Radar Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.