Skip to content
Auraria Higher Education Center

AHEC-26502-S Proposed Sole Source - ATC Software

Solicitation: Not available
Notice ID: co_vss__NPSS1-GMAA-2026000126-1
DepartmentAuraria Higher Education CenterAgencyDuranStateCOPostedMar 02, 2026, 12:00 AM UTCDueMar 05, 2026, 10:00 PM UTCCloses in 3 days

Federal opportunity from Duran • Auraria Higher Education Center. Place of performance: CO. Response deadline: Mar 05, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$67,616,604,020
Sector total $67,616,604,020 • Share 100.0%
Live
Median
$307,336
P10–P90
$30,236$4,976,638
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($67,616,604,020)
Deal sizing
$307,336 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 official portal →
Map for CO
Live POP
Place of performance
AHEC Procurement Services, 1201 5th Street, Suite 370, Denver, CO, 80204
State: CO
Contracting office
Not listed

Applicable Wage Determinations

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

WD Directory →
Service Contract Act
2023-0171 (Rev 8)
Published Jan 20, 2026
Colorado • Larimer
Match signal: state match
Published Jan 02, 2026
Colorado • Alamosa, Archuleta, Chaffee +16
Match signal: state match
Published Jan 02, 2026
Colorado • Larimer, Mesa, Weld
Match signal: state match
Published Jan 02, 2026
Colorado • Boulder
Match signal: state match

Point of Contact

Not available

Agency & Office

Department
Auraria Higher Education Center
Agency
Duran
Subagency
Duran
Office
Thomas Duran | thomas.duran@ahec.edu | 3035564295
Contracting Office Address
Not available

Description

Revised 10.14 ATC Software and Hardware for Metropolitan State University 1) BACKGROUND STATEMENT - Provide info rmation that would assist the reader in understanding the history (e.g., funding source, constraints, contractor's business, development of the product or service, ownership of product or service) of this purchase. We need to replace our existing 20-year-old Air Traffic Control (ATC) software. It is not reliable and disrupts classes during lab times. We are also pursuing an Enhanced AT -CTI certification from the FAA. This certification will allow our students to gain major advantages during the controller hiring process. There are specific software, hardware, and error reporting requirements to obtain and maintain the FAA's certification. 2) REQUIREMENT STATEMENT - Describe in detail the product(s) and/or service(s) to be procured and how they meet your needs Adacel will provide ATC tower. TRACON, and Pilot simulators. Their hardware and software will meet the requirements for Enhanced AT-CTI requirements of the FAa They provide the same type of simulators to the FAA training academy . We will receive bug fixes, security patches, and software enhancements that the FAA reports at no additional charge to Metropolitan State University . Adacel provides a turnkey solution with software, hardware, and furniture that fits all of the items required by the FAA without modification 3) FEATURES REQUIREMENTS - What unique design or performance features does this product or service have that are essential to your requirements? Please provide a brief, yet technical explanation as to why these features are essential. Provide the manufacturer and model of your existing equipment. List the major features and capabilities of the produc ts and service s that are required: 1) Simulates an integrated tower and TRACON system that functions within the same software environment for consistency in student training. 2) Possesses out -of-the-box compliance with Enhanced AT -CTI program standards to ensure functionality and certification with the FAA. 3) Is capable of augmenting remote pilot operators (RPOs) with fully computer -controlled simulated aircraft to ensure that our students are not forced to spend excessive amounts of time in class operating as RPOs instead of controllers. 4) Is compliant with the Enhanced AT -CTI requirement for 3- day outage recovery. 5) Which must interface with our flight simulators running Prepar3D so as to allow them to be networked to communicate with the simulated ATC system. 6) Provides hardware that is fully supported by the ATC vendor. Fully configured hardware must be delivered within 3 business days of a hardware failure. 7) Must be delivered by July 31, 2026. The Air Traffic Control Simulation must include the following number of each item: 1) Tower Sim ulator – 1 2) Video Camera and Tr ipod – 1 3) Tables, monitor ar ms, and chains for towe r simulator – 1 4) Pilot (RPO) positions – 9 5) Furniture for R PO and TRACON stations – 18 6) 4K Visuals System – 1 7) Ground Image generator IEW on the G round position – 1 8) Flight Data position, including speech recognition – 1 9) TRACON positions including Flight Str ip Printer and speech recognition – 9 10) Pras eology Trainers including lapt op and headset – 5 11) F DIO licenses - 2 12) Instructor monitoring connection – 3 Revised 10.14 13) 40 hours of remote support assistance – 2 14) TRACON Denver Ai rspace – 1 15) Additional Y ears of Support - 2 4) COMPETING BRANDS INVESTIGATED - What other suppliers did you contact? (Please include names of all sales representatives contacted and their telephone numbers.) Did you consider other products or services with similar capabilities? Indicate the specific brands/models of competitors' products that were investigated . UFA Dale Drake, 405-408-0531, ddrake@ufainc.com: Metacraft, Ross Carlson.ross@metacraft.com: FirstNav. Bryan Grimm. bryan.grim@firstnav.ca: Rose Simulation. Christina Lemke. +49 9374 9797 560.christina.lemke@rose- simulation.com 5) BRAND NAME - Is the specific brand/model of product being recommended for procurement available from more than one source No 6) CONFLICT OF INTEREST STATEMENT - The Requester agrees that there is no real or potential conflict of interest in recommending this product and/or service as a brand name or sole source procurement. (NOTE: If you do have a real or potential conflict of interest, please contact the appropriate Purchasing Agent.) There is no real or potential conflict of interest in recommending this product.

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.