Corporate Work Plan Services Support 12 Month Extension
ID: 692M15-18-D-00006Type: Presolicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION692M15 ACQUISITION & GRANTS, AAQ600ATLANTIC CITY, NJ, 08405, USA

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is planning to extend the Corporate Work Plan Services Support contract for an additional 12 months. This extension includes a six-month primary extension and two optional three-month extensions, aimed at continuing support services that are critical for the FAA's operational objectives while a competitive follow-on contract is being prepared. The FAA intends to utilize single source procedures to modify the existing contract (692M15-18-D-00006) to increase the funding ceiling necessary for these services. For inquiries regarding this announcement, interested parties may contact Daniel Leary at daniel.f.leary@faa.gov or by phone at 609-485-5274, with questions due by 3 p.m. (Eastern Standard Time) on September 20, 2024.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Separation Standards Analysis Technical Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking to award a Time and Material, Indefinite Delivery/Indefinite Quantity contract for technical support in Separation Standards Analysis to CSSI, Inc. This contract will involve engineering services that support research, testing, and validation of advanced aviation separation and airspace concepts, crucial for developing future airspace separation minima and ensuring the safety of the National Airspace System (NAS). The FAA has determined that CSSI, Inc. is the only firm with the necessary expertise to perform this critical work, which includes assessments related to emerging technologies and procedures in aviation safety. Interested parties can contact Maria Wells at maria.j.wells@faa.gov or call 609-485-6371 for further information, noting that this is a single-source procurement and not a request for proposals.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's fleet capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is seeking qualified contractors to provide critical power systems installation services across National Airspace System (NAS) facilities in the United States and its territories. The procurement involves project management, design services, and installation of power systems and ancillary equipment, structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This initiative is vital for ensuring the reliability and efficiency of power distribution systems that support FAA operations. Interested contractors must submit Phase 1 proposals by October 18, 2024, at 6:00 PM CST, and all inquiries should be directed to Stefanie Wiles and Amanda J. Garen via email. The anticipated contract value could reach approximately $1.32 billion over the contract's duration.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which includes both scheduled and unscheduled maintenance services for its fleet of Bombardier Challenger 600 series aircraft. The contract will be awarded as an indefinite delivery/indefinite quantity (ID/IQ) type, with a base performance period of one year and four optional one-year extensions, emphasizing the importance of timely maintenance to ensure operational readiness and compliance with FAA regulations. Interested contractors must possess a valid 14 CFR Part 145 Repair Station Certificate and are required to submit their proposals electronically by 3:00 p.m. Central Time on October 16, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov. The total estimated value of the contract is approximately $49.8 million over five years, and all inquiries must be submitted in writing by October 1, 2024.
    MARKET SURVEY: The FEDERAL AVIATION ADMINISTRATION (FAA) has an upcoming requirement for CASA 212 Initial and Recurrent Pilot Qualification Training
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to identify potential vendors for the procurement of CASA 212 Initial and Recurrent Pilot Qualification Training, specifically focusing on ground school training without simulator instruction. This initiative aims to gather information and capabilities from industry participants to assist in developing an acquisition strategy for training FAA inspectors and pilots, ensuring they meet the necessary qualifications to uphold aviation safety standards as mandated under Title 49 U.S.C. Interested firms must be registered in the System for Award Management (SAM) and are required to submit their responses by 2:00 p.m. Central Standard Time on September 27, 2024, via email to the contracting officer, Helaina Germosen, at helaina.k.germosen@faa.gov. The FAA emphasizes that this market survey is for planning purposes only and does not constitute a request for proposals or an obligation to procure services.
    AST Safety Engineering Support
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking safety engineering support for its Office of Commercial Space Transportation (AST) to evaluate applications for commercial launch and reentry licenses, as well as to assist in regulatory development and safety analyses. The contractor will be responsible for conducting both quantitative and qualitative risk assessments related to launch and reentry operations, ensuring compliance with safety regulations, and providing training for FAA staff, thereby promoting public safety within the commercial space sector. This opportunity is critical for maintaining national security and public health in the rapidly evolving field of commercial space operations. Interested parties must submit their responses to the market survey by 2:00 PM (Eastern Time) on October 7, 2024, to Jasmine Au at jasmine.au@faa.gov, and the anticipated contract period includes a one-year base period with four optional one-year extensions.
    EPICS II
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to solicit contractor support services under the Enterprise Programs, Infrastructure, and Communications Services (EPICS) II initiative. This procurement aims to provide a comprehensive range of support for the FAA’s Communications, Information, Network Programs (CINP), Data Communications (DataComm) program, and the newly established Telecommunications Integrated Services Organization (TISO). The services required include system engineering, program management support, in-service management, business and financial management, information systems development, studies and evaluations, and administrative support, all of which are critical for the effective operation of FAA programs. Interested parties should note that the Draft Screening Information Request (SIR) QA responses are expected to be released by October 2, 2024, and can be found on SAM.gov. For further inquiries, contact Elizabeth H. Williams at elizabeth.h.williams@faa.gov.
    FA8214-13-C-0001 ISC 1.0 Extension
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to solicit and negotiate a contract extension with BAE Systems Technology Solutions for the ISC 1.0 project, which supports the integration of the ICBM weapon system. The procurement aims to extend the current contract (FA8214-13-C-0001) to continue providing essential systems engineering, integration, and program management support, with an anticipated award ceiling increase of $1,192,897,112.00 across 35 programs. This contract is critical for maintaining the operational effectiveness of the ICBM system, ensuring that the government can effectively manage and integrate weapon systems. Interested parties may submit capability statements or proposals, with the anticipated award date set for December 1, 2024, and the period of performance running from February 1, 2025, to July 31, 2027. For further inquiries, contact Sean McDonough at sean.mcdonough.1@us.af.mil or Lindsey Field at lindsey.field@us.af.mil.
    Aeronautics and Exploration Mission Modeling and Simulation (AEMMS) Extension 5
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the Aeronautics and Exploration Mission Modeling and Simulation (AEMMS) contract with Science and Technology Corporation (STC) on a sole source basis. This extension is necessary to continue critical mission work related to various projects, including Artemis, Air Traffic Management, and Mars Rotorcraft Technology Development, for an additional eight months, from December 1, 2024, through July 31, 2025, if all options are exercised. The Government intends to evaluate capabilities and qualifications from interested organizations to determine if a competitive acquisition is warranted, with submissions due by 5:00 PM PDT on October 2, 2024. For further inquiries, interested parties may contact Rachel Jandron at Rachel.A.Jandron@nasa.gov or Shane Chapman at shane.p.chapman@nasa.gov.
    Global Positioning System Contract Segment Sustainment II (GCS II)
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force (USSF), is seeking to extend the Global Positioning System Contract Segment Sustainment II (GCS II) with Lockheed Martin Services LLC (LMS) for sustainment support of the GPS Control Segment until December 31, 2028. This extension aims to facilitate the transition to a competitive contract for the Next Generation Operational Control System (OCX) while addressing critical operational and cybersecurity needs associated with the launch of GPS III satellites. The contract encompasses a range of services, including hardware and software maintenance, cybersecurity, system administration, and training, ensuring minimal disruption to ongoing operations. Interested parties must submit a Statement of Capability within 15 calendar days to the primary contact, Matthew J Buchanan, at matthew.buchanan@spaceforce.mil, or the secondary contact, Chris Cook, at christopher.cook.62@spaceforce.mil, as this notice does not constitute a formal Request for Proposal (RFP).