Market Survey - Economic Forecasting Services
ID: 697DCK-25-EF-RFIType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA8 SYSTEM OPERATIONS CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 13, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 7:00 PM UTC
Description

The Federal Aviation Administration (FAA) is conducting a market survey to identify potential sources for Economic Consulting Services focused on Regulatory Analysis and Policy Support. The FAA requires subscription-based economic forecasting services to analyze aviation activity, regulatory assessments, and financial evaluations for the aviation trust fund, utilizing econometric models and historical data over a 15-year horizon. These services are crucial for optimizing procurement efficiency and resource allocation through informed economic analysis. Interested vendors must submit their capability statements by 2:00 PM (Eastern Time) on January 30, 2025, and can direct inquiries to Stephen Young at stephen.young@faa.gov or (404) 305-5712.

Point(s) of Contact
Files
Title
Posted
Jan 14, 2025, 1:42 AM UTC
The Federal Aviation Administration (FAA) Office of Aviation Policy and Plans seeks economic forecasting services to optimize planning and analysis regarding aviation activity, regulatory assessments, and financial evaluations for the aviation trust fund. The requirement includes historical and future economic data over a 15-year horizon focusing on various cost factors. The contractor is tasked with providing subscription-based economic services that include forecasts for developed and developing economies, and detailed U.S. economic indicators. Specific tasks include generating medium-term and long-term economic outlook reports, providing access to key databases, and offering client support with access to senior staff. Additionally, the contractor will create alternate economic scenarios on request, specifically for regional services, to support FAA planning efforts. Deliverables include a range of forecast reports and ongoing access to economic data. This initiative aims to enhance procurement efficiency and resource allocation through informed economic analysis, underlining the FAA's commitment to utilizing data-driven approaches in strategic decision-making.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
MARKET SURVEY: The FEDERAL AVIATION ADMINISTRATION (FAA) has an upcoming requirement for Bell Helicopter 505 Pilot Qualification Training
Buyer not available
The Federal Aviation Administration (FAA) is conducting a market survey to identify potential vendors for Bell Helicopter 505 Pilot Qualification Training, aimed at FAA Flight Standards Operations Inspectors and Aircraft Certification Flight Test Pilots. This training is essential for ensuring the proficiency and safety of FAA inspectors during testing and evaluation, as mandated under Title 49 of the U.S. Code. The contractor will be responsible for delivering both initial and recurrent ground school and flight training, adhering to FAA regulations, and maintaining necessary qualifications in inspectors' personnel records. Interested firms must submit their responses by 3:30 p.m. Central Standard Time on April 8, 2025, to the designated contracting officer, Helaina Germosen, at helaina.k.germosen@faa.gov, and must be registered in the System for Award Management (SAM) to be considered for future procurement opportunities.
MARKET SURVEY: Repair of Transmit-Receive (TR) Limiters
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for the repair of Transmit-Receive (TR) Limiters, also known as Receiver Protectors, which are critical components in the ASR-9 radar system. The FAA requires evaluation and repair services for these limiters, identified by NSN 5960-01-520-3540, to ensure operational readiness and prevent backorders, as the current provider is unable to meet demand. Interested vendors must demonstrate their capabilities in handling RF equipment and provide necessary certifications, including ISO 9001:2015, with responses due by May 28, 2025, at 2:00 PM CT. For further inquiries, vendors can contact Connie Houpt at connie.m.houpt@faa.gov.
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.
Delivery of Firm Load Following Electric Supply Service
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals for the delivery of firm load following electric supply services to the William J. Hughes Technical Center located at the Atlantic City International Airport in New Jersey. The procurement includes a range of services such as electric energy, ancillary services, and compliance with various regulatory charges, with the contract period spanning from June 1, 2025, to May 31, 2026. This initiative is crucial for ensuring a reliable and compliant electricity supply for federal operations, adhering to New Jersey's Renewable Portfolio Standards and other regulatory requirements. Interested offerors must submit their proposals via email by April 23, 2025, and are encouraged to direct inquiries to primary contact Hilda Gonzalez at Hilda.Gonzalez@faa.gov or secondary contact Carolyn R. Myers at Carolyn.R.Myers@faa.gov.
E-Learning Platform
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for a comprehensive suite of eLearning services to support the training needs of its 70,611 employees and contractors. The contract will cover a one-year base period with the option for four additional one-year extensions and a six-month extension, totaling a maximum of five-and-a-half years. These eLearning services are critical for enhancing employee training in areas such as business skills, IT training, leadership development, and legal compliance, all while ensuring compliance with FedRAMP requirements. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Warren Connley at Warren.E.Connley@faa.gov.
The Annual Maintenance & Engineering Support for Aircraft Cabin Research & Safety Management Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide annual maintenance and engineering support for the Aircraft Cabin Research Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM) located in Oklahoma City, Oklahoma. The procurement aims to establish a five-year contract, beginning in June 2026, to ensure compliance with Original Equipment Manufacturer (OEM) specifications while delivering technical, engineering, and administrative assistance for the simulator's repair and maintenance. This facility plays a crucial role in advancing aircraft cabin safety through research and technological improvements, necessitating effective communication and collaboration with equipment manufacturers and governmental organizations. Interested parties must submit their responses to the Request for Information by 3:00 PM Central Time on April 21, 2025, and can direct inquiries to Kimberly Sites at kimberly.sites@faa.gov.
The Federal Aviation Administration (FAA) has a requirement for Second Level Engineering Services
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors to provide Second Level Engineering Services through an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. The primary objective is to deliver management, technical, and administrative support services related to aeronautical systems, with a focus on enhancing the safety and efficiency of aviation operations across the United States and internationally. This contract includes a one-year base period followed by four optional one-year periods, with an estimated maximum task order value of $50 million, emphasizing compliance with FAA regulations and effective contract management. Interested parties must register with the System for Award Management (SAM) and submit proposals by the specified deadlines, with all inquiries directed to Cilony Alejandro at cilony.alejandro@faa.gov.
Market Survey: Building Automation System – Ecostruxure Upgrade
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the upgrade of its Building Automation System (BAS) to the Ecostruxure platform at the William J. Hughes Technical Center in Atlantic City, New Jersey. This project involves replacing outdated equipment, installing new software, and ensuring system integrity through comprehensive testing and compliance checks, with a focus on enhancing operational efficiency across various facilities. Interested vendors are invited to submit capability statements, including their business classification and certification as a Schneider Electric EcoXpert Building Automation Master, by April 18, 2025, to the Contracting Officer, Jeffrey Young, at jeffrey.young@faa.gov. The FAA is assessing competition levels to determine if the procurement will be set aside for small businesses or open to all sizes, with a principal NAICS code of 238210 for Electrical Contractors and Other Wiring Installation Contractors.
Market Survey: The Federal Aviation Administration (FAA) has an upcoming requirement for crane support services with operator at the CRP ATCT in Corpus Christi, TX 78415.
Buyer not available
The Federal Aviation Administration (FAA) is conducting a market survey to identify potential vendors for crane support services with an operator at the Corpus Christi Airport Traffic Control Tower (ATCT) in Texas. The primary objective is to provide a mobile crane capable of safely lifting replacement cab glass and related materials to a height of approximately 110 feet, as part of a critical infrastructure maintenance project. This procurement emphasizes the importance of safety and efficiency in airport operations, requiring vendors to submit a capability statement detailing their services, past performance, and qualifications. Interested parties must respond by April 10, 2025, at 16:00 PM CDT, and direct their submissions to Bryon Nolan at bryon.r.nolan@faa.gov, including the Market Survey Identifier 6973GH-25-CRP in the email subject line.
MARKET SURVEY FOR THE BARB GAP REPEATER USFS TOWER REMEDIATION
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the remediation of the Barb Gap communication tower, which is essential for U.S. Forest Service (USFS) operations. The project aims to implement various remediation measures, including guy system tensioning, structural repairs, and grounding installations, to enhance the safety and functionality of the tower while adhering to FAA standards and relevant regulations. This initiative underscores the federal government's commitment to maintaining critical infrastructure that supports forest management and public safety. Interested vendors must submit their responses, including a capability statement and rough order of magnitude, by 4:00 p.m. Central Time on April 7, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking all documents as proprietary as necessary.