Common Automation Platform - Request for Information
ID: CAP2025Type: Sources Sought
Overview

Buyer

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

NAICS

Aerospace Product and Parts Manufacturing (33641)

PSC

TRANSPORTATION R&D SERVICES; AEROSPACE RESEARCH; BASIC RESEARCH (AS21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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 This initiative is part of a broader effort to replace outdated systems such as ERAM and STARS with a unified, state-of-the-art platform, and the FAA is looking for innovative ideas, technologies, and procurement strategies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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) has issued a Request for Information (RFI) to gather insights for developing a brand-new Air Traffic Control System (ATC) and a Common Automation Platform (CAP). This initiative, aligned with presidential and secretarial directives, aims to replace legacy systems like ERAM and STARS with a unified, state-of-the-art platform. The FAA is open to innovative ideas, technologies, procurement strategies, and implementation structures, including Enterprise Re-Architecture and Operationally Proven Platform approaches. The RFI poses detailed questions across various critical areas, including CAP solution approaches, business models, data rights, system integration and interoperability, functional coverage, reliability, safety, data harmonization, advanced automation (AI/ML), user experience, deployment strategies, security, performance, scalability, cost-value analysis, and system safety assurance. Additionally, it seeks information on corporate experience, operational product availability, and alignment with the FAA's Automation Evolution Strategy (AES) principles, particularly regarding modularity, third-party integration, and preventing vendor lock-in. Responses are confidential and due by December 19, 2025.
    Lifecycle
    Title
    Type
    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.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    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.
    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.
    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.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), has issued a Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically Call 001-2026, inviting proposals for the integration of Unmanned Aircraft Systems (UAS) into the National Airspace System. This opportunity seeks Whitepapers that demonstrate and validate systems and technologies aligned with key focus areas such as UAS Traffic Management, Beyond-Visual-Line-of-Sight operations, and Advanced Air Mobility, among others. The FAA aims to enhance UAS integration in accordance with the FAA Reauthorization Act of 2024, with a total funding cap of $24 million available until September 30, 2028, requiring a minimum 1:1 cost-share from respondents. Interested parties must submit technical questions by October 17, 2025, and Whitepapers by November 14, 2025, to the Contracting Officer, Scott E. Raber, at Scott.E.Raber@faa.gov, with awards anticipated by September 30, 2026.
    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.
    Transportation Security Administration’s Open Architecture Initiatives
    Buyer not available
    The Transportation Security Administration (TSA) is seeking industry participation in its Open Architecture (OA) initiatives, aimed at enhancing the efficiency and interoperability of transportation security systems. This opportunity invites vendors to provide feedback on next-generation OA solutions, including the Digital Imaging and Communications in Security (DICOS) standard and the Open Platform Software Library (OPSL), to inform TSA's implementation strategy and future requirements. The TSA's OA approach is critical for modernizing security screening processes, ensuring agility in response to evolving threats, and improving the overall passenger experience. Interested parties should submit their comments using the provided forms by September 30, 2024, and respond to the Request for Information (RFI) by June 3, 2024, with inquiries directed to Siobhan Mullen at siobhan.mullen@tsa.dhs.gov or Siobhan Lawson at Siobhan.Lawson@tsa.dhs.gov.
    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.
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    Multiple Year Surge Protection Devices Procurement
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for the procurement of Surge Protection Devices (SPDs) to replace outdated and improperly installed units within the National Airspace System (NAS). The procurement requires brand-name SPDs from RayCap, with a focus on optimizing installations at hazardous sites, ensuring compliance with FAA specifications, and delivering within a specified timeframe. Interested contractors must submit their proposals electronically by December 5, 2025, including a Contract Documentation/Cost/Price Proposal and a Technical Proposal that demonstrates understanding of the requirements and past performance on similar projects. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.