SOURCES SOUGHT
D -- Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
- Notice Date
- 12/4/2025 9:15:44 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-26-R-01234
- Response Due
- 1/5/2026 3:00:00 PM
- Archive Date
- 01/20/2026
- Point of Contact
- Stephanie Riddle, Phone: 4059544166
- E-Mail Address
-
stephanie.r.riddle@faa.gov
(stephanie.r.riddle@faa.gov)
- Description
- The purpose of this amendment is to add the Questions and Answers to the Attachment Section. I. INTRODUCTION / PURPOSE The Federal Aviation Administration (FAA) is seeking an experienced information technology (IT) contractor to provide technical development, integration, and support services that will meet the evolving needs of the Air Traffic Organization (ATO) within the Configuration, Logistics and Maintenance Resources Solutions (CLMRS) portfolio. The contractor will work closely with teams responsible for maintaining and enhancing the FAA Configuration, Logistics and Maintenance Systems, including ongoing projects and future initiatives. The primary focus will be on supporting the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system as well as other critical systems within the ATO�s eco system. This market survey announcement is issued in accordance with the FAA Acquisition Management System (AMS) Policy 3.2.1.2.1. This is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The responses to this Market survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. Responders are advised that the FAA will not pay for any information received or for administrative costs incurred in preparing a response to the Market survey. Any costs associated with responding to this survey are solely at the interested company�s expense. Companies who choose not to respond to this RFI are not precluded from responding to future CLMRS requests. The FAA does not intend to publish the results of this Market survey. II. NATURE OF COMPETITION The acquisition strategy for this procurement has not been determined at this time. The FAA intends to consider the information provided in this RFI to develop FAA's future acquisition strategy. The FAA may use portions of the contractors� responses in developing FAA�s strategy. III. BACKGROUND The FAA Configuration, Logistics and Maintenance Systems Group plays a vital role in supporting the Air Traffic Organization�s (ATO) critical operations, delivering lifecycle business and information technology resources for configuration, maintenance, and logistics systems within the FAA. By providing expert support, the group enables the FAA to drive business needs, manage maintenance and supply chain operations of the National Airspace System (NAS), and align with the ATO strategic initiatives. The FAA Configuration, Logistics and Maintenance Systems Group is poised for expansion into new areas, including emerging technology and second level engineering capabilities, ensuring the organizations need to remain agile and responsive to changing requirements. This growth will be driven by the need for enhanced support in supply chain management, logistics, maintenance, and configuration, with a focus on delivering sustainable solutions that meet the evolving needs of ATO�s operations. Within the FAA Configuration, Logistics and Maintenance Systems Group, is the Supply Chain Management Enterprise Resource Planning (SCM-ERP) team, who will be the primary direct consumer of the CLMRS IT Support Services outlined herein. SCM-ERP platform is built on top of IFS, a commercial off the shelf (COTS) enterprise resource planning (ERP) software application that is configured by the FAA. SCM-ERP (and thereby IFS ERP product) has been supporting the FAA since its implementation in 2016. As part of ongoing modernization efforts, the FAA is currently upgrading from IFS 10 to IFS Cloud with an estimated completion in 2027. During this upgrade, SCM-ERP will continue to interface with a suite of FAA systems and technologies to support critical functions, including, but not limited to: Supply Chain Management Procurement (Purchase Requests and Purchase Orders) Operations (Shop Orders) Order Fulfillment (Customer Orders). Inventory Management Accounting and Financial Administration Lifecycle Management Project and Document Management Configuration Management Further, the SCM-ERP platform is built on Amazon Web Services (AWS), utilizing RedHat OpenShift on AWS (ROSA) as the foundation for its highly scalable and reliable architecture. Leveraging continuous integration and continuous deployment (CI/CD) toolchains, SCM-ERP delivers modern solutions with reliable deployment cycles, ensuring seamless business value delivery. SCM-ERP currently supports three (3) business sectors, with the possibility to expand: Facilities & Equipment Project Materiel Management (F&E PMM): Responsible for deploying new systems to the National Airspace System (NAS). The FAA Logistics Center (FAALC): Responsible for supplying parts to maintain existing systems within the NAS. Configuration Management Automation (CMA). Responsible for the system specifications throughout the NAS. IV. OBJECTIVES The FAA is committed to further enhancing the efficiency and effectiveness of the FAA supply chain, with a strategic focus on modernizing operations and processes. To achieve this objective, the FAA aims to leverage emerging technologies and implement additional functionalities within the FAA supply chain to improve data analytics, automate business processes, and enhance overall system performance. Further, the FAA intends to conduct Business Process Re-Engineering (BPR) initiatives to optimize its use of the configuration, maintenance and logistics systems, streamline internal processes, and reduce operational costs. By implementing these improvements, the FAA seeks to create a more agile, responsive, and efficient configuration, maintenance and logistics systems that support the agency�s strategic objectives and meet the evolving needs of its stakeholders. The intent of CLMRS IT Support Services is to cover the scope of services and support listed below. Be responsible for software development and customization (configuration). Associated support services include program management, system integration, security, test and evaluation, system implementation and in-service support, training, technical documentation. Provide operational support (ILS), and associated support services for areas such as supply chain management (SCM), in-service lifecycle management and support of agency optimization initiatives for NAS supply chain and maintenance, incorporating planning, requirements, design, development, testing, training, implementation, and maintenance support for Logistics Center, NISG and NSST programs, applications, and databases. Provide a flexible staffing model by maintaining a staff of full-time core contractors in addition to a dynamic, temporary staff augmentation model that enables FAA to ramp up and ramp down additional full-time equivalents (FTEs) as and when needed. Support IT Operations and Maintenance Services with core contract staff needed to keep current systems online and operational. Support IT Project Development and Implementation Services with core contract staff needed to design, develop, and implement projects. Provide Program Support and Program Management Services for program support and program management services that do not necessarily fall under the two core staffing requirements (IT Operations and Maintenance Services & IT Project Development and Implementation Services) but are still critical for the execution of the NAS. V. REQUESTED INFORMATION / QUESTIONS TO INDUSTRY Please address the following questions in your market survey responses. Responses should be provided in the order listed below. It is not required to answer every question. However, respondents are requested to address questions to the maximum possible extent with the primary focus on questions that fall within their expertise. For items requesting vendor experience, please provide the following for each response: (1) Program/Contract(s) name, (2) Company role (i.e. Prime/Sub), and (3) Customer point of contact information. General Questions Describe your company�s experience in providing technical development, integration services and support services for government clients. Note any experience directly with supply chain, logistics and maintenance systems. Describe your company�s experience in providing the following support services: program management, system integration, security, test and evaluation, system implementation and in-service support, training, technical documentation. Describe your company�s experience in providing integrated logistics support (ILS), supply chain management (SCM), in-service lifecycle management and support of optimization initiatives for supply chain, logistics and maintenance. Service Delivery Approach Describe how your company approaches project management and what methodologies do you use to ensure successful delivery. Describe your company�s approach to estimating projects, meeting project deadlines, milestones, and quality standards. Describe your company�s approach to understanding client requirements and how do you ensure that your company meet those requirements? Describe your company�s experience related to the FAA, or equivalent scope of work, within the last 3 years. If no FAA experience is available, describe experience with Supply Chain tools including IFS ERP or otherwise. The FAA may issue one or more contracts for CLMRS IT Support Services. Do you have any experience working with other companies on a multi-award contract? If yes, describe how you have successfully collaborated with the other Companies. Technical Capabilities Describe your company�s experience in software development and customization (configuration) of an ERP platform. What strategies were used? Note any specific experience with IFS ERP. Describe your company�s approach with integrating emerging technologies, trends, and best practices in the industry. Describe your company�s approach to cloud computing and cloud adoption with clients in the government space. Describe your company�s experience with DevSecOps practices, such as continuous integration (CI) and continuous deployments (CD). Describe your company�s approach to designing and implementing scalable, secure, and highly available platforms using platform engineering principles. Describe your company�s approach to security, data protection, and compliance with regulatory requirements. Describe your company�s approach to data ingestion, integrity, and governance within a data lake or data warehouse. Describe your company�s experience with any data lake/data warehouse platforms that support machine learning, analytics, and business intelligence use cases. Interested vendors may choose to submit the Technical Capabilities responses in a table format identifying each of area experience and associated details pertaining to their past performance. People, Processes, and Performance Describe your company�s approach to staffing to meet clients� needs and requirements. Describe your company�s communication strategy for keeping stakeholders informed throughout the contract engagement. Provide specific examples on facilitating collaboration among team members, customers, and other stakeholders. Describe your company�s approach to facilitate remote work, virtual meetings, and collaboration. Describe your company�s approach with maintaining and growing skills, qualifications, and certifications among team members. Describe your company�s experience in Business Process Re-engineering (BPR) in association with an ERP and/or a Supply Chain context. If applicable, note any specific experience with IFS and outcomes. Other To succeed in this effort, the contractor must bring subject matter expertise in relevant IT areas, a proven track record of experience delivering similar services to government clients, and available staffing capacity to align with ATO�s needs and objectives. Interested parties should propose appropriate Labor Categories skill sets for the required services. Please provide the following administrative/background information for your company: Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, and e-mail of designated point(s) of contact. Business Type/Size based on North American Industry Classification System (NAICS) code 541512 Computer Systems Integration Design Services. VI. LIST OF ATTACHMENTS None at this time. VII. SUBMISSION INSTRUCTIONS Interested parties must provide responses in writing. Submissions should be submitted electronically in Microsoft Word format, Times New Roman, font size 12, and in accordance with the following instructions: Questions must be addressed individually, but it is not required to answer every question. Companies are asked to address questions that fall within their expertise. The written submission cannot exceed 25 pages (maximum 10 MB document). Note that certain questions may require less than one page response and others may require more. This can be accommodated as long as all questions are addressed individually in 25 pages or less. Optional: Any technical diagrams to support a technical solution can be accommodated but cannot exceed three pages (maximum 5 MB for jpeg format). This can be in addition to the 25-page written submission limitation. Please address questions to maximum extent possible. Company capability statements are not desired responses so please do not include capability statements. All submissions must be sent via email. Telephone calls or paper submissions will not be accepted. The subject line for all submittals must be CLMRS IT Support Services [Company Name] Clarifications and questions regarding this RFI must be submitted to the Contracting Officer, Stephanie Riddle (stephanie.r.riddle@faa.gov) by no later than 5:00pm CT on November 21, 2025. Questions beyond this date will not be considered. NO PHONE CALLS PLEASE. Responses to this RFI must be submitted to the Contracting Officer, Stephanie Riddle (stephanie.r.riddle@faa.gov), no later than 5:00pm CT on January 05, 2026. Responses will not be returned. The FAA is generally not seeking proprietary material. If the respondent feels there is a benefit to providing certain proprietary material, the respondent must appropriately mark any proprietary or confidential information contained in the market survey/RFI submissions. The FAA is not seeking marketing material. Any and all material submitted � whether proprietary or not � may be used to develop FAA�s acquisition strategy. If respondents do not want specific information used in this manner, then such information should not be submitted. Providing a response to this Market Survey/RFI neither qualifies respondents for, nor excludes respondents from, responding to a resulting SIR, if any. The FAA, at its sole discretion, may contact one, some, all, or none of the respondents to the RFI to ask for additional information. This may include, but is not limited to, demonstrations of previously developed tools that companies choose to describe in their responses.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/927c9b838cdf466aaf674446d98a3e6a/view)
- Place of Performance
- Address: Oklahoma City, OK, USA
- Country: USA
- Country: USA
- Record
- SN07658154-F 20251206/251204230039 (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 |