DRAFT Request for Solutions (RFS): Brand New Air Traffic Control System
ID: BNATCS2Type: Presolicitation
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the development of a Brand New Air Traffic Control System (BNATCS). This initiative aims to modernize the National Airspace System (NAS) by integrating advanced technologies and enhancing operational performance and safety within a 3-4 year timeframe. The procurement is critical for replacing outdated systems and ensuring a seamless transition to new capabilities, which will significantly impact aviation operations. Interested offerors are encouraged to provide feedback on the draft Request for Solutions (RFS) by July 7, 2025, with the final RFS expected to be published shortly thereafter, and proposals due by August 4, 2025. For further inquiries, contact David L. Reynolds at david.l.reynolds@faa.gov or call 202-267-0795.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the performance award fees for a federal contract related to the National Airspace System (NAS). It details the fee structure based on achieving specific project milestones for various initiatives, including Voice Switch Replacement and Airborne Radar installation. The total potential award fees are specified as percentages of the project’s observable goals, which are slated for completion between 2026 and 2029. Each initiative has measurable deliverables, with incentive fees allocated as projects reach designated percentages of completion (25%, 50%, 75%, 100%). Additionally, a cost-share incentive is established, where the FAA will grant an extra bonus based on operational and maintenance cost savings from retiring outdated technologies. This document serves to define performance incentives and encourages timely project completion, emphasizing the efficient transition to modern aviation technologies. It reflects the federal government's structured approach to enhancing NAS capabilities while managing contractor performance through a negotiated fee mechanism.
    The document outlines a comprehensive matrix of contractual clauses and provisions relevant to federal, state, and local procurement activities in various sectors such as integrator services, telecommunications, surveillance, automation, and facilities management. Each clause is accompanied by its title and date, highlighting the regulatory framework for earned value management, organizational conflict of interest disclosures, adjustments due to illegal activities, and directives for small business participation. Key ideas include the stipulation of earned value management systems for performance measurement, requirements for contractor disclosures regarding relationships and conflicts of interest, provisions for disaster response, and environmental accountability through waste management and pollution prevention. The structure categorizes clauses by topics, emphasizing compliance and ethical standards, as well as operational provisions tied to contractor obligations and rights. Overall, this matrix serves as a crucial reference for ensuring compliance with federal regulations and fostering transparency and integrity in government contracting, addressing the expectations tied to Request for Proposals (RFPs) and grant applications, thereby reinforcing accountability within public procurement processes.
    The document outlines the structure and content of a Draft Statement of Intent (SIR) for federal and state RFPs and grants. It delineates various sections, including B through M, which represent different aspects of the RFP process. These sections likely cover the administrative, technical, and financial requirements needed for submission and evaluation. The draft emphasizes the importance of clarity in responses, highlighting critical areas such as eligibility criteria, project scope, evaluation metrics, and required documentation. Each section is designed to guide potential applicants in understanding the expectations for their proposals, fostering compliance with governmental regulations. This framework aims to streamline the proposal process, ensuring that submissions are aligned with federal and local standards for funding and support.
    The document outlines the specifications and contractual structure for the Brand-New Air Traffic Control System (BNATCS), detailing various supplies and services required under the contract. It includes established Contract Line Item Numbers (CLINs) that categorize services such as telecommunications, radio communications, surveillance, automation, and facilities. Each CLIN features a cost-plus-award-fee (CPAF) type, specifying the periods of performance ranging from an initial base contract of three years and three months, followed by seven one-year continuation periods. Significant CLINs discussed include telecommunications infrastructure, voice communication systems, and various automation services, each further divided into specific subCLINs. The document emphasizes the need for comprehensive understanding of project definitions, labor rates, and task order pricing. Moreover, the structure allows for optional task orders to be included at a later stage, priced individually. This detailed approach ensures that all requirements for efficient air traffic control are met, highlighting the contract’s emphasis on flexibility and comprehensive service provision throughout its period of performance.
    The FAA is launching a major modernization effort for the National Airspace System (NAS) aimed at overhauling its infrastructure, services, and technologies. This initiative seeks a qualified Integrator to lead the comprehensive modernization, ensuring enhanced performance and safety while incorporating advanced technologies. The Integrator will be responsible for upgrading facilities, deploying new systems, and ensuring seamless integration with existing infrastructure, all while prioritizing operational continuity. Key objectives include modernizing legacy systems, implementing advanced automation and surveillance technologies, and enhancing communication capabilities. The Integrator must also conduct a thorough assessment of the current technological landscape and develop a sustainable strategy for transitioning new capabilities into ongoing operations. Collaboration with a variety of stakeholders, including internal FAA units and external vendors, will be critical to ensure a unified execution of modernization efforts. Overall, this modernization project not only aims to replace outdated systems but also to create an adaptable, secure, and efficient airspace system that can respond to the evolving needs of users. This initiative represents a significant investment in the future of aviation, reflecting the FAA's long-term vision for a robust and harmonized national airspace system.
    The document outlines the requirements for packaging and marking deliverables under a federal contract. It mandates that the Contractor is responsible for preserving, packing, and packaging documents to ensure they arrive safely and undamaged. Each shipment must be clearly marked with the company's name, FAA contract number, task order number if applicable, a brief description of the contents, and indicate if the delivery is partial or final. Furthermore, all deliverables are to be sent F.O.B. destination, meaning that the Contractor will cover all mailing and transport expenses to the designated contracting officer's technical representatives unless stated otherwise in the contract. This section emphasizes the importance of safeguarding and properly identifying contractual materials during the delivery process, which aligns with typical standards in government RFPs and grants.
    The document outlines the inspection and acceptance processes required for contractors working with the FAA, focusing on quality assurance and compliance with established standards. It incorporates multiple Quality System clauses and specifications that contractors must adhere to, including ANSI/ISO/ASQ Q9001-2015. Contractors are mandated to develop and maintain a Quality System Plan (QSP) that ensures quality through rigorous controls and procedures, including oversight by a designated Quality Reliability Officer (QRO). The QRO plays a vital role in inspecting, accepting, or rejecting supplies before shipment, and must be provided adequate office space and resources by the contractor. Furthermore, the document addresses procedures for quality assurance, requiring regular audits, documentation standards, and corrective actions. Requests for deviations from stipulated requirements may be submitted to the FAA for approval. The structured approach emphasizes the government’s commitment to maintaining high quality and reliability in contract deliverables, ensuring that all supplied materials and services conform to defined standards and specifications prior to acceptance.
    The document outlines the delivery and performance requirements for the Brand New Air Traffic Control System (BNATCS) contract, emphasizing the contractual obligations for timeframes, locations, and methods of deliverable submission. It specifies that all work will be conducted at the contractor's facilities as well as various FAA locations, with a contract performance period set for ten years and three months from September 30, 2025, to December 31, 2035. The base period runs until December 31, 2028, followed by seven one-year optional continuation periods. Deliverables must align with a Contract Data Requirements List (CDRL), primarily submitted electronically or as specified. All products must adhere to formats compatible with common software applications, and the contractor must coordinate with the FAA's Contracting Officer’s Representative (COR) on deliverable content. Following submission, the government has thirty days to accept or reject the deliverables, with any deficiencies needing resolution within the same timeframe. This structure highlights the commitment to quality and compliance within federal contracting frameworks.
    This document outlines the contract administration data pertaining to federal contracts managed by the Federal Aviation Administration (FAA). It specifies essential roles, such as the Contracting Officer's Authority, which ensures only designated individuals can enter, administer, or terminate contracts. The Contracting Officer's Representative (COR) is highlighted as a key figure for monitoring technical aspects but cannot make changes to contract terms. Procedures for correspondence, invoicing, and payments are detailed, emphasizing the need for formal communication and adherence to specific invoicing formats. The contractor must provide documentation to substantiate costs and is reminded of protocols for requesting modifications, especially under circumstances issuing from representatives other than the Contracting Officer. This document serves to ensure compliance and clarity in contractual obligations and procedures within the context of government procurement and grant processes.
    The document outlines special contract requirements for a federal solicitation, detailing regulations and responsibilities for contractors engaged with the FAA. Key topics include work schedules influenced by federal holidays, authority and responsibility of the Contracting Officer, and required notifications about personnel movements. Contractors must adhere to strict security measures, maintain accountability for government-furnished property, and ensure compliance with all applicable laws and regulations during contract execution. Moreover, there are explicit guidelines regarding data rights, subcontracting processes, and the execution of task orders, defining the limitations of government liability. Essential personnel must not be reassigned without prior consent, and contractors are expected to actively participate in program management meetings. The document emphasizes the importance of safety, confidentiality of sensitive information, and the necessity for regular evaluation of contract terms to ensure alignment with project milestones. This framework ensures that contract execution meets the FAA's operational needs while safeguarding government interests.
    The document outlines essential contract clauses related to Earned Value Management System (EVMS) and Organizational Conflicts of Interest (OCI) for federal contracts. It mandates that contractors must provide proof of an EVM certified system or a plan for certification prior to contract award. Contractor performance must adhere to EIA-748 standards to effectively manage contracts, with specific reporting requirements detailed for progress assessments. The document also addresses potential OCI situations, emphasizing the contractor’s duty to disclose any relevant organizational conflicts. It sets forth restrictions to avoid biases or unfair advantages arising from unequal access to information or providing evaluations on their work. Overall, the guidelines ensure contractors maintain integrity and transparency, promoting fair competition and adherence to regulatory requirements in federal procurement processes. These clauses play a critical role in maintaining trust and accountability within government contracts, supporting the effective management of federal resources while mitigating risks associated with conflicts of interest.
    This document is an evaluation template for contractors involved in government contracts, particularly those over $500 million. The template assesses contractors on their past performance across various categories, such as systems engineering, software development, training, and project management. Evaluators must indicate whether certain functions were observed, rate the contractor's quality and timeliness in separate metrics, and provide feedback on customer satisfaction and cost control. Additionally, the document highlights compliance with socioeconomic goals concerning small businesses. The evaluation ends with a section for overall recommendations and contact information for responses. This structured approach aims to ensure a comprehensive assessment of contractor capabilities, facilitating informed decisions in the context of government RFPs and grants.
    The document outlines the structure of Section J, which includes a list of attachments relevant to federal government Requests for Proposals (RFPs), grants, and state/local RFPs. It specifies that several attachments (J-1 and J-2) are currently reserved, indicating they are placeholders for potential future content. The only active attachment mentioned is J-3, which pertains to Performance Award Fees. This designation suggests the document may involve financial incentives or bonuses related to performance metrics in government-funded projects. Overall, the document serves as a brief reference guide for included materials, hinting at adherence to bureaucracy by reserving slots for future use while outlining current performance-related financial details.
    The document outlines provisions, clauses, and certifications required under federal proposals for bids and contracts, particularly for the Federal Aviation Administration (FAA). It includes detailed sections regarding representations and certifications that bidders must submit, covering areas such as minimum offer acceptance periods, affiliations, place of performance, and child labor compliance. Notably, it highlights prohibitions against contracting with entities linked to certain activities or situations, such as tax delinquencies, felony convictions, or engagement in transactions with Iran. Furthermore, it addresses compliance with the Buy American Act, disclosure of cost accounting practices, and certifications related to telecommunications equipment security. Each clause mandates the offeror to affirm compliance or provide necessary disclosures, ensuring transparency and integrity in federal contracting. Overall, the document serves as a comprehensive guide to the regulatory framework governing the bidding process—crucial for both federal and state/local Request for Proposals (RFPs) and contracts. This established clarity aims to promote accountability and adherence to legal standards while facilitating fair competition among bidders.
    The document outlines the Federal Aviation Administration’s (FAA) Request for Solutions (RFS), detailing the procedure and requirements for prospective offerors. It includes sections on submission instructions, proposal formats, and evaluation criteria, divided into five volumes: Technical, Cost/Price, Past Performance, Small Business, and Offer and Other Documents. Offerors must provide a clear technical approach, demonstrate past relevant experience, and outline a comprehensive strategy for managing resources and subcontractors. The FAA seeks to promote small business participation through established subcontracting goals, mandating specific percentage allocations for small and underserved businesses. The submission process emphasizes clarity, adherence to deadlines, and preparation of documents according to specified formats and regulations. Proposals must be concise and thorough, avoiding unnecessary information, and are evaluated based on defined factors such as team capability and cost control. The document serves as a critical guideline for contractors wishing to participate in FAA procurements, emphasizing the need for comprehensive proposals that align with government objectives.
    The document outlines the evaluation factors for awarded contracts within the FAA Acquisition Management System (AMS), detailing the criteria and processes for assessing proposals. It includes the determination of responsibility, source selection process, and evaluation factors across three volumes: Technical, Cost/Price, and Past Performance. Proposals must demonstrate capability, strategy, and risk management, with technical assessment prioritized over cost. The evaluation emphasizes stakeholder communication, resource management, and effective subcontractor collaboration. The FAA reserves the right to reject proposals deemed non-responsive or incomplete and expects Offerors to submit fully compliant proposals without relying on further negotiations. Past performance is critically assessed through client feedback and independent evaluations, impacting overall confidence scores. Significant attention is given to small business subcontracting goals, pushing large businesses to meet or exceed established criteria. This framework is essential for ensuring the selection of proposals that provide best value and fulfill contractual obligations effectively, aligning with regulatory requirements for federal contracting.
    Lifecycle
    Similar Opportunities
    Aviation Research BAA 2025
    Transportation, Department Of
    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.
    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.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the UAS Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically for Call 001-2026. This opportunity invites white papers aimed at demonstrating and validating technologies for the safe integration of Unmanned Aircraft Systems (UAS) into the National Airspace System, with a focus on areas such as UAS Traffic Management and Beyond-Visual-Line-of-Sight operations. A total funding amount of $12 million is available, to be distributed among FAA-designated UAS test sites, with a requirement for a 1:1 cost-share match from respondents. Interested parties must submit their white papers by January 9, 2026, and can direct inquiries to Contracting Officers Scott E. Raber and Kristin T. Frantz via their provided emails.
    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.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 14 Receiver Transmitters (NSN: 5821-01-687-1120, Part Number: 822-3615-001). This unrestricted Request for Proposal (RFP) aims to acquire new manufactured units that provide two-way voice communication for the B-2 aircraft, with a required delivery date of December 29, 2028. Interested contractors must adhere to ISO 9001-2015 quality standards, comply with the Buy American Act, and ensure Unique Item Identification (UID) for all items. Proposals are due by January 28, 2026, at 11:59 PM, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092.
    VOICE SWITCH HEADSETS (VSHS) AND ACCESSORIES
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to gather information and comments from industry regarding the procurement of Voice Switch Headsets (VSHS) and associated accessories. The FAA seeks to develop an acquisition strategy that includes not only the headsets and accessories but also engineering and configuration management services, as outlined in the draft Statement of Work (SOW) provided. These headsets are critical for Air Traffic Control Specialists, ensuring effective communication and operational safety within air traffic control facilities. Interested vendors must submit their responses, including capability statements and cost estimates, by 4:00 p.m. Central Time on January 13, 2026, to Jason Perry at jason.m.perry@faa.gov, marking all documents as proprietary where necessary.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    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 multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for commercial IT hardware and software, including personal computing devices, network infrastructure components, and related lifecycle management services. The contract, with a maximum cumulative ceiling of $4.1 billion over a 10-year term, is crucial for consolidating IT procurements across the FAA to enhance efficiency and reduce costs. Proposals are due via email by 1700 ET on January 16, 2026, and interested parties should direct inquiries to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    Multi-Domain Force Applications and Traffic Management for Unmanned Aircraft Systems (M-FAT)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking innovative research proposals under the Broad Agency Announcement (BAA) FA8750-25-S-7004, titled "Multi-Domain Force Applications and Traffic Management for Unmanned Aircraft Systems (M-FAT)." The primary objective is to enhance Counter-small Unmanned Aerial System (C-sUAS) capabilities, focusing on advancements in Electronic Warfare, Cyberspace Operations, Command and Control Automation, and UAS Traffic Management systems. This initiative is critical for improving defense mechanisms against small unmanned aerial threats and ensuring the safe integration of unmanned aircraft into airspace. The total estimated funding for this BAA is approximately $499 million, with individual awards ranging from $500,000 to $20 million, and proposals are accepted until August 4, 2030. Interested parties should submit white papers as initial submissions and can direct inquiries to Tristen Carrig at tristen.carrig@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.
    AJW Portfolio-AJW Integrated Support Services (AISS), AJW Configuration Management Support (ACMS) and Business, Financial and Administrative Support (BFAS) Requests for Information
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Special Notice regarding the AJW Integrated Support Services (AISS) and the associated Business, Financial, and Administrative Support (BFAS) Requests for Information. The FAA has decided to separate the BFAS work from the AISS acquisition, with plans to solicit them independently; the estimated release for the BFAS SIR is anticipated in the first quarter of FY26, pending necessary approvals. This procurement is crucial for maintaining effective operational support within the FAA, ensuring that both business and administrative services are adequately addressed. For further inquiries, interested parties can contact Contracting Officer Karina Espinosa at Karina.Espinosa@faa.gov or (404) 305-5782, or reach out to secondary contact Kristin Frantz at Kristin.T.Frantz@faa.gov or (404) 305-5779.
    Solicitation for Short Devices PN:U3001080-091
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is soliciting proposals for the supply of 300 Trans/Short Devices, specifically Part Number U3001080-01, from New Bedford Panoramex Corporation. The procurement requires contractors to provide all necessary labor, facilities, equipment, and materials for manufacturing, with delivery expected within 40 days after receipt of the order to the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This equipment is critical for FAA operations, and the contract will include various clauses related to payment, warranty, and supply chain security. Interested parties must submit their proposals to Haylee Garcia at haylee.p.garcia@faa.gov, ensuring they are registered in the System for Award Management (SAM) prior to award.