Skip to content
Department of Transportation

ACM Training Requirement Request for Information

Solicitation: 693KA9-26-R-00012
Notice ID: 7f0a134f7a934585b4322efaa809c910
TypeSources SoughtNAICS 611430DepartmentDepartment of TransportationAgencyFederal Aviation AdministrationStateDCPostedMar 30, 2026, 12:00 AM UTCDueApr 13, 2026, 08:00 PM UTCCloses in 6 days

Sources Sought from FEDERAL AVIATION ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 13, 2026. Industry: NAICS 611430.

Market snapshot

Awarded-market signal for NAICS 611430 (last 12 months), benchmarked to sector 61.

12-month awarded value
$43,072,368
Sector total $948,647,283 • Share 4.5%
Live
Median
$57,690
P10–P90
$19,554$203,025
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
4.5%
share
Momentum (last 3 vs prior 3 buckets)
+965%($35,679,072)
Deal sizing
$57,690 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
District of Columbia • 20591 United States
State: DC
Contracting office
Jamaica, NY • 11434 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2017-0153 (Rev 21)
Open WD
Published Dec 03, 2025District of Columbia, Maryland, Virginia +1 • Alexandria, Arlington, Calvert +17
07080
Fast Food Shift Leader
Base $18.70Fringe $0.00

HEALTH & WELFARE: $1.00 per hour or $40.00 per week or $173.34 per month | VACATION: $.27 per hour in paid vacation after 1 year of service with a contractor or successor. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (29 CFR 4.173) | HOLIDAYS: $.13 per hour in holiday pay. (29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Christopher Tetrault
Email
Christopher.P.Tetrault@faa.gov
Phone
1-202-267-6783
Name
Shenita Sylvain
Email
Shenita.R.Sylvain@faa.gov
Phone
Not available

Agency & Office

Department
TRANSPORTATION, DEPARTMENT OF
Agency
FEDERAL AVIATION ADMINISTRATION
Subagency
FAA EASTERN REGION
Office
Not available
Contracting Office Address
Jamaica, NY
11434 USA

More in NAICS 611430

Description

MARKET SURVEY ANNOUNCEMENT

ACQUISITION CAREER MANAGEMENT (ACM) TRAINING SUPPORT

REQUEST FOR INFORMATION

AAP-300-FY26-MS1

  1. INTRODUCTION & PURPOSE

1.1  The Federal Aviation Administration (FAA), Acquisition Career Management Division (AAP-300), has a requirement to provide comprehensive acquisition workforce training, certification support, and professional development services.

This requirement includes the delivery of classroom and virtual instructor-led training (CILT/VILT), course development, customization of commercial off-the-shelf (COTS) training, and program management support in alignment with FAA acquisition policies and Federal Acquisition Institute (FAI) certification standards.

1.2  The purpose of this market survey is to:

  • Assess industry capability to deliver FAA-compliant acquisition training solutions
  • Identify qualified small businesses and potential teaming arrangements
  • Gather feedback to refine the acquisition strategy, contract structure, and draft Statement of Work (SOW)

This is an initial market survey for this requirement. Information obtained may be used to support development of a future Screening Information Request (SIR).

1.3  This announcement is issued in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1, Market Analysis.

This is NOT a Screening Information Request (SIR) or Request for Proposal (RFP).

  • The FAA is not requesting proposals or pricing commitments
  • The FAA will not pay for responses
  • Responses are for informational purposes only
  1. BACKGROUND

With increased federal scrutiny on the stewardship of public funds, FAA acquisition personnel must demonstrate the highest levels of competency, accountability, and technical proficiency.

The Acquisition Career Management Division (AAP-300) is responsible for delivering best-value, high quality training, certification, and professional development to the FAA acquisition workforce, including: 

  • Contracting Officer/Specialist (CO/CS) 
  • Contracting Officer’s Representative (COR) 
  • Integrated Logistics Specialist (ILS) 
  • Program/Project Management (P/PM) 
  • Real Estate Contracting Officer (RECO) 
  • Systems Engineer (SE) 
  • Test & Evaluation Professional (T&E) 

AAP-300 requires a contractor capable of delivering compliant, accessible, modern, and FAA aligned training solutions that incorporate federal law, FAA policy, FAA Acquisition Management System (AMS), and adult learning principles. 

  1. REQUESTED INFORMATION / QUESTIONS TO INDUSTRY

3.1  Administrative.

Responses to this market survey must include the following information (see administrative tab of Attachment 3 ACM Comment Matrix):

3.1.1 Business name, mailing address, company website, and e-mail and phone number of a designated point(s) of contact.

3.1.2 Business Type. 

Based upon North American Industry Classification System (NAICS) code 611430 - Professional and Management Development Training, answer the following questions:

  1. Are you a Small Business? If so, which type?
  • 8(a) Certified Socially and Economically Disadvantaged Business (SEDB)?
  • Small Disadvantaged Businesses (SDB)?
  • Service-Disabled Veteran Owned Small Business (SDVOSB)?
  • Historically Underutilized Business Zone (HUBZone)?
  • Women-Owned Small Business (WOSB)?
  • Economically Disadvantaged Women-Owned Small Business (EDWOSB)?

3.1.3 Recommendation for alternative NAICS code? Provide rationale for any NAICS code applicable to the planned acquisition other than the NAICS code identified above.

3.1.4 Do you have an approved Accounting system? Date of last audit? Audit performed by? Determined adequate/inadequate?

 3.2 Capabilities  

Section 3.2.1: Course Offerings & Customization

  • What acquisition training courses do you offer that align with FAI certification standards (COR, CO, P/PM)? 
  • How do you customize COTS materials to meet agency-specific certification requirements? 
  • What innovative instructional design methodologies (e.g., experiential learning, gamification, microlearning) guide your course development? 
  • How do you incorporate AI-enabled tools (adaptive learning, automated assessments, intelligent tutoring) into training delivery? 

Section 3.2.2: Policy Integration & Responsiveness 

  • What is your process for integrating agency-specific content into COTS delivery? 
  • How do you manage curriculum updates when federal thresholds, clauses, or procedures change?  

 Section 3.2.3: Instructor Qualifications & Readiness 

  • How do you ensure instructor readiness for agency-specific content? 
  • What is your process for instructor evaluation, continuous improvement, and alignment with certification standards? 

Section 3.2.4: Training Delivery Capabilities 

  • What innovative platforms do you use for VILT, and how do they meet Section 508 accessibility standards? 
  • Can you deliver concurrent VILT/CILT sessions and provide post-course provide test results and reviews at the end of class and deliver the final report within three business days? 

Section 3.2.5: Performance & Evaluation 

  • What metrics and Key Performance Indicators do you use to measure training effectiveness (pre-/post-assessments, certification rates)? 
  • How do you incorporate continuous feedback loops into course improvement? 

 Section 3.2.6: Program Management 

  • How do you manage subcontractors and ensure accountability in training delivery? 
  • How do you select, vet, and onboard subcontractors to ensure they meet federal acquisition training standards? 
  • What processes do you use to monitor subcontractor performance and compliance with contract requirements? 

Section 3.2.7: Pricing & Cost Efficiency 

  • What is your pricing model for VILT and CILT (per course, per student, bundled packages)? 
  • How do you allocate task order management costs within fixed-price structures? 
  • Provide examples of how your pricing methodology reduces overall training costs while maintaining quality. 

Section 3.2.8: Small Business  

  • What subcontracting strategies do you use to ensure small business inclusion? 
  • Can you support SBA set-aside or direct award opportunities? 
  • Provide a subcontracting plan or examples from previous contracts. 

4.0  Prior Experience

Provide examples from the past three to five years that demonstrate your capabilities in delivering federal acquisition training programs. Include any experience with certification training aligned with the Federal Acquisition Institute (FAI). Relevant details should cover the contract type, value, duration, and scope, as well as your role in the project, whether as a prime contractor or subcontractor. This information will help illustrate your qualifications and capacity to effectively meet the requirements of the Federal Aviation Administration's statement of work.

5.0 Current Resources and Offerings

5.1 Provide information about any existing training products or services that can be leveraged to meet ACM Training support requirements, even partially. Include whether these products or services can be integrated with other training platforms or tools. Are there other FAA training programs or modules you have supported that could be adapted or expanded for ACM Training, and can they be licensed or modified for FAA government-purpose or unlimited use?

5.2 If you have existing training products or services that satisfy partial ACM Training support requirements, please provide detailed information on these offerings.

  1. RESPONSES

6.1 Interested parties are invited to respond to this market survey via email with a document addressing the items listed in Section 3 above. Submissions should be in Microsoft Word for Office or a compatible format and should not exceed 5 pages. Each page is defined as an 8½” x 11” sheet with one-inch margins on all sides. The font type should be Times New Roman, 12-point.

6.2 Please minimize proprietary information and ensure that any proprietary content is clearly marked. To assist the Government, segregate proprietary information within your submission. Please note that all submissions become the property of the Government and will not be returned.

6.3 Providing feedback and comments on the SOW attachment 1 using track changes is optional. This will not count towards the 5-page limit for your market survey response and will be considered a separate submission.

6.4 Email your responses and the ACM comment matrix by 4 PM EDT on April 13, 2026. Submissions should be sent to the ACQ-420 Contracting Team via email at Christopher.P.Tetrault@faa.gov and Shenita.R.Sylvain@faa.gov. Please include the following in the email subject line: "ACM Market Survey Response - [INSERT Your Business Name]".

Government Point of Contact Information:

Christopher Tetrault

Contracting Officer, AAQ-420

800 Independence Ave., SW

Washington, DC 20591

Email: Christopher.P.Tetrault@faa.gov

Shenita Sylvain

Branch Manager, AAQ-420

800 Independence Ave., SW

Washington, DC 20591

Email: Shenita.R.Sylvain@faa.gov

7.0 LIST OF ATTACHMENTS

Attachment 1: DRAFT ACM Statement of Work (Please use track changes to make any comments or suggestions in your submission)

Attachment 2: Quality Assurance Surveillance Plan (QASP)

Attachment 3: List of ACM Training Courses

Attachment 4: ACM Comment Matrix

END OF ANNOUNCEMENT

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.