Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)

SOL #: 697DCK-25-R-00302Solicitation

Overview

Buyer

Transportation
Federal Aviation Administration
697DCK REGIONAL ACQUISITIONS SVCS
FORT WORTH, TX, 76177, United States

Place of Performance

College Park, GA

NAICS

Other Computer Related Services (541519)

PSC

Hardware, Software, And Other Equipment For Tiered Or Enterprise Data Center Facilities That House And Protect Critical It Equipment. (7C20)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)

Timeline

1
Posted
Aug 7, 2025
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Sep 18, 2025, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Federal Aviation Administration (FAA) is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES), a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Commercial IT Products (Hardware and Software) and related services. This opportunity is a Partial Small Business Set-Aside with awards planned for both small and unrestricted businesses. The acquisition process is currently paused for an upcoming Amendment 0006. The current proposal due date is January 16, 2026, at 1700 ET, but this is subject to change with the forthcoming amendment.

Purpose & Scope

The SAVES procurement aims to provide the FAA and the Department of Transportation (DOT) with a streamlined process for acquiring commonly used IT products and services at volume-based prices. The scope includes, but is not limited to:

  • Hardware: Network infrastructure components (servers, switches, storage), personal computing devices (workstations, laptops, tablets), computer peripherals, audio/visual equipment, and multi-functional devices.
  • Software: Licenses, subscriptions, maintenance agreements, and cloud-based services.
  • Product-Based Services: System configuration, integration, installations, equipment maintenance, training, engineering, asset tagging, asset recovery/disposition, and warehousing. Non-COTS software, software development, web development, O&M, and physical site alterations are explicitly excluded.

Contract Details

  • Contract Type: Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ).
  • Number of Awards: Approximately eight (8) awards; up to six (6) for Small Businesses and up to two (2) for Unrestricted businesses.
  • Set-Aside: Partial Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 541519 (Information Technology Value Added Resellers (Exception)), Size Standard: 150 Employees.
  • Evaluation: Lowest Price Technically Acceptable (LPTA) approach, utilizing a two-pool evaluation process.

Key Requirements & Deliverables

  • SAM Registration: Must be active by the proposal due date.
  • ISO 9001:2015 Certification: Required; small businesses may provide proof of process underway with completion within 12 months of award.
  • OEM Authorization: Offerors must demonstrate authorized reseller relationships (5 for Small Business, 10 for Unrestricted) with Letters of Authorization (LOAs) directly from OEMs.
  • Rebate Program: A 0.5% rebate on hardware and software purchases is required.
  • Reporting: Weekly Asset Identification (AI) Reports and Monthly Activity Reports (MAR) are mandatory.
  • Past Performance: Bidders must complete Attachment 4, providing detailed past performance information, with a page limit of 5 pages per example.
  • Pricing: Utilize Attachment 2A (Small Business) or 2B (Unrestricted) to submit pricing, including MSRP, contract vehicle, unit price, and escalation rates for Years 2-10.

Submission & Deadlines

  • Proposal Due Date: January 16, 2026, at 1700 ET. Note: The acquisition process is temporarily paused for Amendment 0006, which may impact this date.
  • Submission Method: EMAIL ONLY.
  • Contacts: Dawn Bloome (Dawn.A.Bloome@faa.gov) and Kristin Frantz (Kristin.T.Frantz@faa.gov).
  • Amendments: Multiple amendments have been issued, with Amendment 0005 correcting an error in Amendment 0004. Amendment 0004 extended the proposal due date to January 16, 2026. A subsequent Amendment 0006 is pending, which will provide further clarifications and may include new attachments or revised deadlines. Offerors must monitor SAM.gov for updates.

People

Points of Contact

Dawn BloomePRIMARY
Kristin FrantzSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Mar 18, 2026
View
Version 9
Solicitation
Posted: Feb 25, 2026
View
Version 8
Solicitation
Posted: Jan 22, 2026
View
Version 7
Solicitation
Posted: Dec 30, 2025
View
Version 6
Solicitation
Posted: Dec 10, 2025
View
Version 5
Solicitation
Posted: Nov 18, 2025
View
Version 4
Solicitation
Posted: Oct 20, 2025
View
Version 3
Solicitation
Posted: Sep 30, 2025
View
Version 2
Solicitation
Posted: Sep 4, 2025
View
Version 1Viewing
Solicitation
Posted: Aug 7, 2025