Skip to content
Department of Transportation

Air Traffic Controller Academy Performance & Excellence System (APEX)

Solicitation: APEXRFI032026
Notice ID: ea760cce391c4271a5600c3573cfd127
TypeSources SoughtDepartmentDepartment of TransportationAgencyFederal Aviation AdministrationStateDCPostedMar 30, 2026, 12:00 AM UTCDueApr 17, 2026, 08:00 PM UTCCloses in 9 days

Sources Sought from FEDERAL AVIATION ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 17, 2026.

Market snapshot

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

12-month awarded value
$1,752,134,213
Sector total $1,752,134,213 • Share 100.0%
Live
Median
$85,800
P10–P90
$27,155$802,160
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%($1,752,134,213)
Deal sizing
$85,800 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
Washington, District of Columbia • 20591 United States
State: DC
Contracting office
Washington, DC • 20591 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
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. 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. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 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. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Stephen Shaffer
Email
stephen.c.shaffer@faa.gov
Phone
Not available

Agency & Office

Department
TRANSPORTATION, DEPARTMENT OF
Agency
FEDERAL AVIATION ADMINISTRATION
Subagency
693KA8 SYSTEM OPERATIONS CONTRACTS
Office
Not available
Contracting Office Address
Washington, DC
20591 USA

Description

This Request for Information (RFI) includes a Statement of Objectives (SOO) which describes the Federal Aviation Administration’s (FAA) goals and expectations for the implementation and operation of the ATC Training Performance Intelligence System. The FAA seeks concepts, approaches, and general capabilities only; please do not submit proprietary, trade secret, or confidential information. All responses should be written at a level that can be released publicly without restriction. The FAA seeks a scalable, data-driven system capable of providing near–real-time visibility into student performance across all phases of Academy training.

The FAA seeks a modern, adaptive solution that can serve as an enterprise training performance intelligence backbone. The FAA intends for this solution to function as an enterprise-level training performance intelligence infrastructure, forming a scalable data architecture that integrates disparate training data sources into a unified analytics environment. The system must serve as the foundational performance intelligence backbone for Academy training operations and future enterprise expansion. The FAA does not seek a standalone reporting overlay or content delivery enhancement tool; rather, the solution must establish an interoperable, extensible enterprise data framework capable of supporting predictive modeling, performance standardization, and strategic decision-making. The FAA requests that respondents provide concept papers identifying real-world solutions, along with an implementation plan that, at a minimum, addresses the following areas:

  • Comprehensive Data Integration
  • Objective-Level Mastery Mapping
  • Near–Real-Time Analytics Dashboards
  • Error Taxonomy and Trend Analytics
  • Predictive Analytics
  • Instructor Performance Analysis
  • Enterprise Leadership Reporting
  • Technical and Security Requirements
  • Scalability and Future Expansion
  • Implementation Approach

Nature of this RFI: (a) This is not a commitment to issue a further screening information request or request for proposals. (b) The FAA is not seeking or accepting unsolicited proposals. (c) The FAA will not pay for any information received or costs incurred in preparing any response to this RFI. (d) Any costs associated with any response to this RFI are solely at the interested vendor’s expense. (e) The FAA does not seek and will not review proprietary, trade‑secret, or confidential information in response to this RFI. Responses should be written so they can be made publicly available.

Optional:

  • Demonstration materials
  • Sample dashboards using representative data

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.