Aerospace Medical Research and Safety Management Technical Support Services
ID: CAMI-24-TSS1Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to provide Aerospace Medical Research and Safety Management Technical Support Services for its Civil Aerospace Medical Institute (CAMI) located in Oklahoma City, Oklahoma. The procurement aims to identify capable 8(a) sources that can deliver staffing support, technical expertise, and project execution to enhance aeromedical research and safety assurance functions, including medical data analysis and toxicological assessments. This initiative is critical for advancing aviation safety through rigorous research and compliance with FAA standards, ensuring effective oversight of pilot medical-related human factors risks. Interested parties must submit their responses to the market survey by 5:00 p.m. Eastern Time on October 18, 2024, to the Contracting Officer, Andre Casiano, at andre.casiano@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the Civil Aerospace Medical Institute (CAMI) details the provision of technical support services for its Aerospace Medical Research and Safety Assurance Division. The contract aims to facilitate core functions related to aviation safety, including medical data analysis, toxicological assessments, research into pilot oversight, and emergency evacuation studies. Key objectives include agile access to staffing and non-staffing support, such as independent research project execution and specialized technical expertise. The document outlines tasks like contract management, staffing for critical positions, and execution of government-defined research projects, specifying performance requirements and deliverables, including monthly status reports and a Quality Control Plan. The contract spans one base year with four potential one-year extensions, with duties performed at the Mike Monroney Aeronautical Center in Oklahoma City, OK. Security measures and compliance with federal regulations are emphasized, alongside protocols for safeguarding sensitive information. This PWS reflects the government's commitment to enhancing aviation safety through rigorous research and adherence to established quality and performance standards, reinforcing the importance of collaboration between government and contractor personnel.
    The document outlines a Request for Proposal (RFP) for Aerospace Medical Research and Technical Support Services, detailing the required technical expertise, qualifications, and projected labor hours for various positions. Key roles include program management, biological laboratory technicians, data scientists/statisticians, database administrators, network and computer systems administrators, medical scientists, and project managers, among others. Each position comes with specific educational requirements, work experience, and responsibilities essential for supporting research and operational needs. The primary purpose is to solicit professional services to enhance aerospace medical research, requiring a diverse set of skills in data analysis, database management, web design, and project oversight. The emphasis is on compliance with FAA standards and federal regulations, ensuring effective project execution and delivery of high-quality research outcomes. By outlining clear qualifications and responsibilities, the document seeks to engage qualified contractors capable of fulfilling these critical roles, thereby advancing aeromedical science and safety. This comprehensive approach demonstrates a commitment to scientific integrity and operational excellence in aerospace medicine.
    Lifecycle
    Similar Opportunities
    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.
    for Aircraft Rescue and Fire Fighting (ARFF) Research and Development (R&D) support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide research and development support for Aircraft Rescue and Fire Fighting (ARFF) operations. The primary objectives include enhancing passenger safety during post-crash incidents by improving firefighting tactics and technologies, as well as managing ARFF research facilities and conducting various research initiatives related to firefighting agents and tactics. This procurement is critical for maintaining air travel safety and involves tasks such as investigating advanced air mobility aircraft, exploring alternative fuels, and researching fluorine-free foam alternatives due to environmental concerns. Interested vendors must submit a capability statement by 3:00 PM EST on October 15, 2024, to Joseph Szwec at Joseph.S.Szwec@faa.gov, with a limit of seven pages in Microsoft Word format. The incumbent contractor is Battelle Memorial Institute Inc., and the NAICS code for this opportunity is 541715.
    Contract Legal Instrument Examiner (CLIE) and Program Analyst (CPA) in Support of the Office of Aerospace Medicine’s (AAM) Airman Disability Case Review (AADCR) Project
    Active
    Transportation, Department Of
    Solicitation from the Department of Transportation, Federal Aviation Administration is seeking Contract Legal Instrument Examiners (CLIEs) and Program Analysts (CPAs) to support the Office of Aerospace Medicine's (AAM) Airman Disability Case Review (AADCR) Project. The CLIEs and CPAs will analyze referred airman disability cases and provide recommendations based on their professional expertise and applicable medical flight standards, guidance, and procedures. The service is aimed at assisting in the review and evaluation of airman disability cases. For more details and qualification requirements, refer to the attached Performance Work Statement (PWS) and Solicitation 6973GH-23-R-00022. The place of performance is Oklahoma City, OK, USA. For further information, contact Heather Amaral at heather.a.amaral@faa.gov.
    Hanger 9 Renovation at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the renovation of Hanger 9 at the Mike Monroney Aeronautical Center in Oklahoma City, OK. The project entails extensive construction work, including the renovation of existing restrooms, upgrades to plumbing and lighting systems, life safety improvements, and mechanical and plumbing modifications, with an estimated project value between $5 million and $10 million. This renovation is crucial for maintaining compliance with current FAA standards and enhancing the facility's operational efficiency. Interested vendors must submit their capability statements by September 27, 2024, at 4:00 p.m. CT, via email to Andre Casiano at andre.casiano@faa.gov.
    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.
    Elevator Maintenance Market Research
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting market research to identify potential elevator maintenance vendors interested in providing services for its facilities across the United States. The FAA emphasizes the critical nature of elevator maintenance, as many of its Air Traffic Control Facilities rely on a single elevator, and any malfunction necessitates that Air Traffic Controllers ascend multiple flights of stairs, which can pose significant challenges. Interested vendors are encouraged to submit their company information, including contact details and service areas, to Jennifer J. Davis at jennifer.j.davis@faa.gov, as this initiative aims to gauge interest and capabilities for future solicitations. This opportunity is set aside for small businesses under the SBA guidelines, and while participation does not guarantee a contract, it is a vital step in the procurement process.
    Engineering Support Services - Commercial Derivative Aircraft
    Active
    Dept Of Defense
    The Department of Defense is seeking sources for engineering support services related to commercial derivative aircraft, primarily based in Oklahoma City. The focus is on providing recurring and non-recurring engineering services. The former includes systems engineering, evaluations, and integration, while the latter comprises engineering tasks, projects, and assignments. This contract is aimed at supporting the Air Force's engineering inquiries and requirements. The North American Industrial Classification System code is 541330, with a size standard of $47 million. The two broad categories of work are further outlined in Attachment SSS-ESS-24-0001. Qualified vendors will provide a range of services to the government, including systems engineering support, evaluation of modifications, and on-site incident investigations. The contract is expected to be monetarily awarded and will likely be a fixed-price arrangement. Interested parties should reach out to the primary point of contact, Cameron Burton, via email at Cameron.Burton@us.af.mil, for further clarification and questions. Vendors should be prepared to meet the eligibility criteria and submit their applications following the guidelines outlined in the attachment. The deadline for submissions is yet to be determined.
    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.
    Maintenance Steering Group (MSG-3) Training
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to provide Maintenance Steering Group (MSG-3) Training for Aviation Safety Inspectors (ASIs). The training aims to equip ASIs with the necessary knowledge and skills regarding MSG-3 decision logic for scheduled maintenance requirements, ensuring compliance with federal safety standards. This initiative reflects the FAA's commitment to maintaining high standards among aviation safety personnel, with the training consisting of approximately two classes per year, each lasting 32 hours and accommodating up to 16 participants. Interested vendors must submit their capability statements and responses by 5:00 PM CST on September 26, 2024, via email to Scott Roberson at scott.roberson@faa.gov.