Amendment 0002 modifies solicitation 697DCK-25-R-00302 for the Federal Aviation Administration's (FAA) Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) contract. This amendment updates sections B, G, I, J, L, and M of the solicitation, provides initial Questions and Answers, and sets a new deadline for additional questions (October 7, 2025). Importantly, the proposal due date has been extended from September 30, 2025, to October 21, 2025. The SAVES contract is a 10-year Indefinite-Delivery, Indefinite Quantity (IDIQ) agreement for Commercial-off-the-shelf (COTS) IT hardware and software, with an anticipated maximum cumulative ceiling of $4.1 billion. It outlines ordering procedures, competition requirements (including set-asides for small businesses under $250,000), and provisions for technical refreshes and on-ramping new contractors. Key clauses cover electronic commerce, confidentiality, intellectual property rights, and ethical conduct. Contractors must accept credit card payments and adhere to strict pricing and delivery terms.
This amendment, identified as 0003 to solicitation 697DCK-25-R-00302, issued by the Federal Aviation Administration, extends the proposal due date to January 12, 2026, at 1700 ET. This is a further extension from the previously amended due date of November 21, 2025. The amendment also acknowledges a prior extension posted during a government shutdown. Offerors are required to sign and incorporate this amendment into Volume I of their proposals. A subsequent amendment will be issued to address questions received from Amendment 0002. All other terms and conditions of the original solicitation remain unchanged.
The Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) Statement of Work (SOW) outlines the Federal Aviation Administration's (FAA) mandatory contract for IT commercial products and services. Managed by the FAA Offices of Acquisition and Business Services (ACQ) and Information and Technology Services (AIT), SAVES aims to consolidate IT procurements, enhance efficiency, and reduce costs in compliance with federal acts and policies. The scope includes hardware (e.g., personal computing devices, servers, network equipment, audio/visual gear, printers) and software (licenses, subscriptions, maintenance, cloud services). Excluded are non-COTS software, software development for COTS items, web development, software O&M, physical site alterations, and LOE support services. The SOW details requirements for product categories, warranties, asset tagging, product-based services (configuration, installation, training, engineering), shipping, consolidated purchases, and supply chain risk management. It emphasizes compliance with IT standards, regulatory mandates (e.g., Section 508, Energy Star, IPv6, cybersecurity directives, FedRAMP), and an OEM rebate program. The contractor must meet strict reporting, meeting, and training obligations, ensuring product quality, security, and adherence to FAA specifications throughout the contract lifecycle.
The Statement of Work (SOW) outlines the Federal Aviation Administration's (FAA) Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) contract for Information Technology (IT) Commercial Products. This contract aims to consolidate and centralize IT equipment procurement, including hardware, software, and related services, to enhance efficiency and achieve cost savings. Key areas covered include personal computing devices, servers, storage, network devices, telecommunications equipment, software licenses, and product-based services like system configuration and training. The SOW emphasizes compliance with federal IT standards, security policies, and regulatory requirements, including Section 508 accessibility, IPv6 capability, and supply chain risk management. It details contract line item numbers (CLINs) for various categories, asset tagging, warranties, maintenance agreements, and reporting requirements, such as Asset Identification and Monthly Activity Reports, while also establishing a 0.5% rebate program to cover administrative costs.
The SAVES IT HWSW Statement of Work Appendix 1a outlines contract management deliverables for vendors, focusing on reporting requirements for Asset Identification (AI), Monthly Activity Reports (MAR), and the SAVES IT HW/SW Rebate Program. All reports must be submitted in Microsoft Excel (.xlsx or .xls) format, containing only text and adhering to strict formatting guidelines, including specific date and currency formats. Reports are subject to rejection due to formatting or data issues and must be resubmitted within three business days. The AI report, due weekly, tracks asset identification data for hardware and software. The MAR, due monthly, provides comprehensive sales, product, and performance data across multiple tabs. The quarterly SAVES IT HW/SW Rebate Program Report details collected rebates (admin fees) based on a 0.5% rebate on hardware and software purchases. The document emphasizes the importance of accurate and timely submissions to populate the SAVES database and ensure compliance.
The “Price Evaluation Worksheet” provides instructions and assumptions for vendors submitting proposals for the SAVES IDIQ contract. The Federal Aviation Administration (FAA) will use this worksheet to evaluate hardware and software pricing, focusing on the total evaluated price derived from specific CLINs. Vendors must populate columns for MSRP, Contract Vehicle, and unit price (excluding fees) for each item, ensuring prices are reasonable and balanced. The FAA reserves the right to use proposed prices for the first six months post-award. The document lists various Adobe, APPIAN, APC, Cisco, Dell, F5, HPE, Lexmark, Okta, Oracle, ProofPoint, RedHat, Salesforce, ServiceNow, Splunk, Tanium, Xerox, and Zscaler products, including software licenses, hardware components (e.g., servers, monitors, keyboards, mice, printers), and support services.
The "Small Business Price Model Evaluation Worksheet" is a crucial document for vendors in the Small Business Pool to submit proposed pricing for the FAA's SAVES contract. Vendors must complete all yellow-highlighted fields, including MSRP, Contract Vehicle, Contract Vehicle Unit Price, Proposed Unit Price, and escalation rates for Years 2 through 10. The FAA will evaluate the total price in Column AD, Row 91, which aggregates all CLINs. The FAA reserves the right to use proposed prices for the first six months of the contract, emphasizing the need for reasonable and balanced pricing. The worksheet details various hardware and software items across three CLIN categories from OEMs like Cisco, Dell, HP, Adobe, Splunk, Tanium, Appian, Okta, RedHat, and Salesforce.
Attachment 2B, the "Unrestricted Price Model Evaluation Worksheet," provides instructions for vendors to submit proposed pricing for an IDIQ contract under SAVES. Vendors in the Unrestricted Business Pool must complete yellow-highlighted fields, including MSRP, Contract Vehicle, Contract Vehicle Unit Price, Proposed Unit Price, and escalation rates for Years 2-10. The FAA will evaluate the total price (Column AD, Row 114) and reserves the right to use proposed prices for delivery orders within the first six months of the contract. The attachment also lists numerous hardware and software items, organized by CLIN Category, including products from APC, Cisco, Dell, HPI, Adobe, Splunk, F5, Tanium, Appian, Okta, Oracle, ProofPoint, RedHat, Salesforce, ServiceNow, Zscaler, Lexmark, and Xerox. This ensures transparent pricing and adherence to contract terms.
The SIR #697DCK-25-R-00302 Attachment 4, "OEM Relationship Information," provides instructions for vendors to detail their relationships with Original Equipment Manufacturers (OEMs). This document is crucial for the evaluation of IDIQ contracts as per Section M and requires vendors to complete a worksheet in accordance with Section L.11.2.1 (b). Vendors must list OEMs requiring coverage, indicate their level of authorized reseller status (for all or a subset of products), provide the attachment number for their letter of authorization (LOA), and include OEM point of contact information (name, email, and phone number). The document lists specific OEMs such as Adobe, Cisco, Dell, and VMware Inc., which are frequently used by the FAA. The purpose is to assess vendor credibility and their established relationships with key manufacturers for federal government RFPs.
Attachment 4, titled "Past Performance Information Sheet," is a critical document for SIR 697DCK-25-R-00302, pertaining to the SAVES IT HW/SW contract. This form requires offerors to provide detailed information about their past contract performance, specifically for federal and state/local RFPs. Offerors must submit a separate form for each relevant contract, task order, or program, adhering to the length limitations outlined in Section L.10.1 of the SIR. Key information requested includes offeror name, CAGE Code, UEI Number, program/contract vehicle name, and specifics such as contracting agency, contract number, type, period of performance, and awarded values. Additionally, offerors must detail their proposed role (prime or subcontractor) in the SAVES HW/SW Contract and provide a brief description of their awarded effort. The form also requires current contact information for primary customer points of contact, including program managers/CORs and contracting officers. A significant portion of the submission focuses on a narrative discussion (limited to three pages per example) covering the relevance of past work to the SIR's requirements (specifically SOW Sections C06-16) and relevant OEM coverage. Furthermore, offerors must address the quality of supplies/service, timeliness of performance, customer satisfaction, business relations/integrity/effective management, and ability to manage/control costs, as detailed in SIR Sections L.11.2.2.1(b)ii – vii. This attachment serves to evaluate an offeror's past performance and its direct relevance to the SAVES IT HW/SW contract.
Attachment 4 of SIR 697DCK-25-R-00302, titled "Past Performance Information Sheet," outlines the required details for offerors to submit regarding their past contract performance for the SAVES IT HW/SW competition. This form is crucial for federal government RFPs, specifically for evaluating a contractor's experience and capabilities. Offerors must provide company and contract specifics, including names, CAGE/UEI codes, program details, contract numbers, types, periods of performance, and awarded values. It also requires a clear description of the offeror's role (prime or subcontractor) and primary customer points of contact. A key component is the narrative section, limited to three pages per example, where offerors must discuss the relevance of their past work to the SIR's requirements, addressing specific SOW sections, OEM coverage, and relationships. Additionally, the form mandates a discussion on the quality of supplies/service, timeliness, customer satisfaction, business relations, integrity, effective management, and cost control, as per SIR Sections L.11.2.2.1(a)ii – vii. This comprehensive information enables the government to assess an offeror's ability to successfully perform the SAVES IT HW/SW contract.
The Federal Aviation Administration (FAA) requires the completion of a Past Performance Questionnaire for the SAVES HWSW Screening Information Request (SIR) 697DCK-25-R-00302. This questionnaire, to be returned to Dawn Bloome and Kristin Frantz via email, evaluates a contractor's performance on a specific contract and gathers feedback on other similar programs. It includes a detailed rating scale (Excellent, Good, Satisfactory, Marginal, Unsatisfactory, N/A) for various performance aspects such as quality of service, timeliness, customer satisfaction, customer service relations, effective management of assets, and cost management. Narrative explanations are required for ratings below 'Satisfactory.' The document also requests information about the contractor, contract details, respondent information, and proposes roles in the SAVES HWSW contract.
The Federal Aviation Administration (FAA) Past Performance Questionnaire (Attachment 5) is a critical component of the FAA SAVES HWSW Screening Information Request (SIR) 697DCK-25-R-00302. This questionnaire is designed to evaluate a contractor's past performance on contracts. It requests detailed information about the contractor, contract specifics, and performance ratings across several categories: Quality of Service, Timeliness of Performance, Customer Satisfaction, Customer Service Relations and Effective Management of Assets, and Ability to Manage Cost. A five-point rating scale (Excellent to Unsatisfactory) is provided, with a requirement for narrative explanations for any ratings below 'Satisfactory.' The completed questionnaire must be submitted to Contract Specialists Dawn Bloome and Kristin Frantz via email.
This government file outlines the CLIN (Contract Line Item Number) structure for purchasing hardware and software, including new acquisitions, annual maintenance, multi-function devices, and items requiring special approval. It details categories like personal computing devices, network infrastructure, software licenses, and related services such as project management, system integration, and training. The document also lists prohibited items, such as non-COTS software development and level of effort support services. The CLIN structure uses a multi-digit code to define the category, sub-category, and additional items like asset tags, installation, and warranties, followed by OEM and product details. The file includes comprehensive lists of hardware and software categories, OEMs, and specific products, indicating a broad scope of procurements within these domains. The overall purpose is to provide a clear, standardized framework for federal government hardware and software acquisitions.
The Asset Identification Report (APM-400) is a crucial electronic deliverable for all Federal Aviation Administration (FAA) contracts involving the procurement of personal property assets. This report, also known as a Bill of Material (BOM) or Serialized Assembly Record (SAR), details assets affixed with unique FAA or OEM barcode labels, ensuring their identification throughout their lifecycle. It applies to all equipment down to the Lowest Replaceable Unit (LRU) level, including spares and test equipment. The report must be submitted in electronic formats like MS Excel or CSV, with specific mandatory fields such as Asset Identifier, National Stock Number, Manufacturer, Unit Cost, and Warranty Expiration Date. Submissions are required with each equipment delivery post-Contractor Acceptance Inspection (CAI) but before Initial Operating Capability (IOC), and for subsequent deliveries or significant hardware changes. This ensures meticulous tracking and management of FAA assets.
This government file, SIR 697DCK-25-R-00302, outlines the requirements for a Request for Proposal (RFP) focusing on IT hardware/software products and related services, utilizing a lowest price technically acceptable (LPTA) evaluation with a two-pool process (Small Business and Unrestricted). Key aspects include proposal content guidelines, such as ISO 9001 certification and OEM authorization relationships for specified manufacturers (e.g., Adobe, Cisco, Dell, HPE, Oracle, RedHat, Salesforce). Offerors must submit 3-4 recent and relevant past performance examples via questionnaires or CPARS, demonstrating experience as a prime contractor with significant annual awarded values. Pricing proposals must be complete, reasonable, and adhere to Attachment 2, the Pricing Model Evaluation Worksheet. The FAA plans to award approximately eight contracts, with up to six for small businesses and two unrestricted. Contract administration, supply chain risk management, and delivery order competition requirements are also detailed.
The document outlines a standardized format for a Question and Answer (Q&A) matrix, likely for use in government Requests for Proposals (RFPs), federal grants, or state/local RFPs. It details the required columns for the matrix: "Question Number," "Reference SIR Section" (Solicitation Information Request), "Reference SIR Subsection and Paragraph Number," "Quote Specific SIR language in question," "Question," and "Suggested resolution (if applicable)." The primary purpose of this format is to provide a clear, structured method for submitting and addressing questions related to a solicitation, ensuring all inquiries are properly referenced, quoted, and answered. This systematic approach enhances clarity and efficiency in the pre-award phase of government contracting or grant processes.
Amendment 0001 to solicitation 697DCK-25-R-00302, issued by the Federal Aviation Administration (FAA) on August 7, 2025, extends the proposal due date from September 18, 2025, to September 30, 2025, at 1700 ET. This modification, administered by AAQ-500 Regional Acquisitions, also states that a subsequent amendment will be issued to address questions received and provide updated attachments. Offerors are required to sign and incorporate this amendment into Volume I of their proposals, acknowledging that all other terms and conditions of the original solicitation remain unchanged. The amendment was signed by Karina A. Espinosa, the Contracting Officer.
The document outlines a Federal Aviation Administration (FAA) solicitation for a Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) contract, focusing on Commercial-off-the-shelf (COTS) Hardware and Software. This IDIQ contract, with a 10-year term (5-year base and 5-year option), aims to provide IT solutions across the Department of Transportation. Up to eight firm-fixed-price contracts will be awarded, with pricing competed at the delivery order level. The contract covers a range of IT products and related lifecycle management services but excludes non-COTS software development and certain support services. It details ordering procedures, including RFQ/RFI response times, and payment terms, such as credit card transactions with surcharge limitations. The FAA reserves the right to conduct 'on-ramping' to add new contractors and will perform quarterly technical refreshes to update the OEM list. Special clauses cover confidentiality of data, electronic commerce, and ethical conduct, emphasizing strict adherence to government regulations and contract terms.