Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2025 SAM #8691
SOURCES SOUGHT

R -- Acquisition Support Services Contract (ASSC) for all FAA Acquisition and Contracting Organizations (AAQ)

Notice Date
9/10/2025 9:15:09 AM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-25-SS-00002
 
Response Due
9/25/2025 3:00:00 PM
 
Archive Date
09/26/2025
 
Point of Contact
Josh Huckeby
 
E-Mail Address
joshua.d.huckeby@faa.gov
(joshua.d.huckeby@faa.gov)
 
Description
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE POC OF THIS ANNOUNCEMENT. This is a non-personal services requirement to provide support services to various FAA acquisition organizations. The Government will not exercise any supervision or control over the contract service providers performing the services. Such contract service providers are accountable solely to the contractor, who in turn is responsible to the Government. The purpose of this announcement is to solicit statements of interest and capabilities to determine the appropriate acquisition strategy and rough orders of magnitude (ballpark cost estimates) for budgetary planning purposes only. This is not a screening information request or a request for proposals of any kind. The FAA is not seeking or accepting unsolicited proposals for this project at this time. The FAA will not pay for any information received or costs incurred in preparing a response to the market survey. Any costs associated with the submission of a response to this announcement are solely at the interested vendor�s risk. This announcement may be canceled at any time, for any reason, and without notice. The purpose of this requirement is to provide support to AAQ to facilitate the completion of the growing acquisition workload across the FAA. This contract does not allow contractor employees to perform inherently governmental duties, such as obligating appropriated funds or executing contractual documents. The AAQ office divisions to be supported are as follows: - AAQ-200 (Enroute & Terminal Contracts Division) - AAQ-300 (Systems and Operations Contracts Division) - AAQ-400 (Contracting for Services Division) - AAQ-500 (Regional Acquisitions) - AAQ-600 (William J. Hughes Technical Center for Advanced Aerospace & Information and Technology Services Division) - AAQ-700 (Aeronautical Center Acquisitions Division) - AAQ-900 (Real Estate Contracting Division) Attached is the FAA�s draft Performance Work Statement (PWS) related to this announcement. This document is in draft format and subject to change. The FAA contemplates establishing a decentralized ordering contract with a 5-year ordering period. Individual AAQ organizations are expected to place their own orders under this contract at various times throughout the ordering period. It is currently anticipated that the contract types to be used will consist of Firm Fixed Price (FFP) for full time equivalent contractor management support and Labor Hours (LH) for acquisition support personnel. Some AAQ organizations will provide government facilities, while others may require remote support. The FAA anticipates that contract pricing will consist of partially burdened labor rates for defined labor categories, with locality and cost of living adjustments excluded and tied to established labor indexes during performance. All procurement strategy infromatoin in this announcement is tentative at this time and is subject to change when/if a solicitation is released. The FAA currently intends to release of solicitation sometime in the late winter of 2026. The FAA desires to award a contract on or around 03/28/2025, if possible. The objective of this contract is to support AAQ by providing qualified personnel for acquisition support services in the contract specialist, financial management, and contract administrator disciplines for a period to be determined (TBD). The skill set will be substantially similar to the skill set required for the civil service OPM 1102, 0500, and 0343 series, with competence and complexity of tasks similar to levels GS-5 through GS-14. Approximately 90 -110 total contractor employees are currently performing work similar to this scope under multiple FAA contracts across the United States. If awarded, it is intended to consolidate this support under a single FAA contract as these current smaller contracts expire over the next several years. Each vendor should include the following information along with their submission: 1. ADMINISTRATIVE INFORMATION Company Name and Points of Contact Small Business/Socio-Economic Status System for Award Management (SAM) Unique Entity Identifier (UEI) 2. STATEMENT OF INTEREST AND CAPABILITIES Provide a statement of interest in the project and the capabilities your company offers. Include information on previous and/or current contracts that demonstrate recent and relevant past performance of similar scope and magnitude. If applicable, identify any existing GSA Federal Supply Schedule (FSS) your company possesses that may fully encompass all labor skills and scope of this requirement. 3. EXPECTED PROGRAMMATIC APPROACH Describe the expected programmatic approach (e.g., self-perform, teaming arrangement, subcontracting). Please provide your company�s contemplated business strategy for fulfilling the requirements. If applicable, identify how your approach will meet the needs outlined in the draft PWS. 4. ROUGH ORDER OF MAGNITUDE (ROM) Provide ballpark cost estimates for budgetary planning purposes. 5. REQUIREMENT FEEDBACK The FAA welcomes any questions, comments, or concerns regarding the draft PWS attached and contemplated acquisition strategy. Feedback provided may or may not receive responses and should be provided for FAA consideration only. All responses to this market survey must be submitted electronically via email to the POC of this announcement not later than 5:00 p.m. (Central) on 9/25/2025. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Any costs associated with the submission of a response to this announcement are solely at the interested vendor�s risk. This announcement may be canceled at any time, for any reason, and without notice. All responses should be submitted via email to the specified address. The information received will not be released outside the FAA, but please mark ""PROPRIETARY"" on all documents submitted as necessary. The Award Management System is the FAA�s governing acquisition regulation. You can learn more about the FAA�s acquisition policy and procurement guidance at the following website: https://fast.faa.gov/PPG_Procurement.cfm
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c06b6ac2f329440fbd677f7bcfebca7a/view)
 
Record
SN07586427-F 20250912/250910230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.