Policy, Engineering, Analysis, and Research Contract (PEARS III)
ID: 693KA9-25-R-00016Type: Presolicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA9 CONTRACTING FOR SERVICESWASHINGTON, DC, 20591, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry feedback for the Policy, Engineering, Analysis, and Research Contract (PEARS III) through a draft Screening Information Request (SIR). This contract aims to provide support services across various FAA offices, including policy development, environmental analysis, and administrative support, with a total maximum value of $36 million over a five-year period. The FAA emphasizes the importance of industry input to refine the SIR and ensure it accurately reflects the intended work, inviting interested vendors to submit their comments via a structured comment matrix by January 21, 2026. For further inquiries, vendors can contact the FAA Contracting Office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.

    Point(s) of Contact
    FAA AAQ 460 Contracting Office
    9-AFN-AWA-AAQ460-Contracting-Team@faa.gov
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) has issued a Screening Information Request (SIR) for the Policy, Engineering, Analysis, and Research Contract (PEARS III). This is a single-award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a one-year base period and four one-year option periods, totaling five years. The contract has a maximum aggregate value of $36,000,000.00 and a guaranteed minimum of $25,000. It seeks support services for various FAA offices, including Environment and Energy (AEE), Airports (ARP), Commercial Space Transportation (AST), Aviation Safety (AVS), and the Air Traffic Organization (ATO). Services cover policy development, emissions and noise impact analysis, modeling, environmental rulemaking, streamlining initiatives, commercial space activities, software design, aviation safety, knowledge management, and administrative support. The contract allows for both Fixed-Price (FP) and Time and Material (T&M) Task Orders, with labor rates specified in Attachment J001. Deliverables and performance periods will be outlined in individual Task Orders.
    The document outlines labor category requirements for federal government RFPs, grants, and state/local RFPs across various professional roles including Scientist/Engineer/Systems Analyst, Acquisition/Procurement/Contract Analyst, Business/Financial/Management Analyst, Computer Scientist/Systems Analyst, IT Analyst, Technical Project Manager, and Writer/Editor. Each category details minimum general experience levels, ranging from Associate (1 year) to Senior II (15 years), and specific minimum education requirements, primarily a Bachelor's degree in a relevant field. The document also provides extensive substitution guidelines, allowing Master's or Ph.D. degrees to substitute for a Bachelor's degree and several years of experience, or in some cases, relevant experience to substitute for educational requirements. Exceptions exist for Ph.D. categories, which do not allow education substitutions, and for certain senior levels where combinations of degree, certification, and experience are considered.
    The PEARS III Past Performance Evaluation Questionnaire is a critical attachment (J004) for SIR No. 693KA9-25-R-00016, designed to assess potential vendors for a major FAA acquisition. Offerors must complete Section A with their company and project details for four relevant projects within the last three years and send it to references (Contracting Officers/Technical Representatives for government contracts, or similar for commercial). References then complete Section B, evaluating the Offeror's performance across technical quality, cost control, schedule adherence, and business relations, using a five-tier rating system (Exceptional to Unsatisfactory). References must submit the completed questionnaire directly via email to 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov by 2PM EDT on the specified date, with a clear subject line. The questionnaire also asks if the reference would do business with the contractor again and allows for additional comments. The FAA emphasizes the importance of candid responses for a fair evaluation.
    Attachment L-1, “Pricing Proposal,” is a comprehensive template for offerors to submit their cost proposals for SIR NUMBER 693KA9-25-R-00016. It consists of three main tabs: L-1A for offeror and teaming information, L-1B for inputting fully burdened direct labor rates for various labor categories in Washington, DC, and L-1C for entering required and optional cost element data, including labor escalation rates and forward pricing rates. The document specifies detailed requirements for inputting contractor site rates for a five-year period across numerous labor categories, such as scientists, engineers, IT analysts, and project managers. It also outlines sections for other cost elements like fringe benefits, labor overhead, and general & administrative costs. The forward pricing rate section is for informational purposes only and does not affect calculations in other tabs. No additional tabs can be added to the J001 template. The attachment also includes sections for contact information, subcontractor names, and business classifications (e.g., Small Business, SDVOSB).
    The document outlines a structured process for providing feedback on draft Solicitation for Information (SIR) documents, specifically L001 PPQ, L002 Pricing, and J002 LCATs. It instructs users to utilize a matrix with designated columns for comments, questions, and suggestions. Users are required to specify the document, page/tab, section/paragraph/cell, and the exact text being addressed. Additionally, they must provide their comments, questions, or suggestions, along with a rationale or reasoning for any proposed changes. This standardized approach ensures comprehensive and organized feedback for the refinement of critical government solicitation documents.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for commercial IT hardware and software, including personal computing devices, network infrastructure components, and related lifecycle management services. The contract, with a maximum cumulative ceiling of $4.1 billion over a 10-year term, is crucial for consolidating IT procurements across the FAA to enhance efficiency and reduce costs. Proposals are due via email by 1700 ET on January 16, 2026, and interested parties should direct inquiries to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    Flight Attendant Drug and Alcohol Program (FADAP) Support Services Contract
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide support services for the Flight Attendant Drug and Alcohol Program (FADAP). The procurement aims to identify vendors capable of maintaining outreach infrastructure, developing educational materials, conducting training seminars on peer identification and intervention, and offering administrative support for the program. These services are crucial for ensuring the effectiveness of FADAP, particularly in light of potential modifications due to public health considerations. Interested vendors must submit their responses to the Request for Information (RFI) by January 22, 2026, and can direct inquiries to the FAA AAQ 460 Contracting Office via email at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    VOICE SWITCH HEADSETS (VSHS) AND ACCESSORIES
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to gather information and comments from industry regarding the procurement of Voice Switch Headsets (VSHS) and associated accessories. The FAA seeks to develop an acquisition strategy that includes not only the headsets and accessories but also engineering and configuration management services, as outlined in the draft Statement of Work (SOW) provided. These headsets are critical for Air Traffic Control Specialists, ensuring effective communication and operational safety within air traffic control facilities. Interested vendors must submit their responses, including capability statements and cost estimates, by 4:00 p.m. Central Time on January 13, 2026, to Jason Perry at jason.m.perry@faa.gov, marking all documents as proprietary where necessary.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    AJW Portfolio-AJW Integrated Support Services (AISS), AJW Configuration Management Support (ACMS) and Business, Financial and Administrative Support (BFAS) Requests for Information
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Special Notice regarding the AJW Integrated Support Services (AISS) and the associated Business, Financial, and Administrative Support (BFAS) Requests for Information. The FAA has decided to separate the BFAS work from the AISS acquisition, with plans to solicit them independently; the estimated release for the BFAS SIR is anticipated in the first quarter of FY26, pending necessary approvals. This procurement is crucial for maintaining effective operational support within the FAA, ensuring that both business and administrative services are adequately addressed. For further inquiries, interested parties can contact Contracting Officer Karina Espinosa at Karina.Espinosa@faa.gov or (404) 305-5782, or reach out to secondary contact Kristin Frantz at Kristin.T.Frantz@faa.gov or (404) 305-5779.
    Sources Sought for Pilatus PC-12 Pilot Qualification Training
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for Pilatus PC-12 Initial and Recurrent Pilot Qualification Training for its Aviation Safety Inspectors and Aircraft Certification Pilots. The procurement aims to identify vendors capable of providing comprehensive training that meets FAA regulations and congressional mandates, including ground school and flight training, with adherence to specific guidelines outlined in the Performance Work Statement (PWS). This training is critical for ensuring that FAA personnel achieve an unrestricted type rating on the PC-12 aircraft, which is essential for maintaining aviation safety standards. Interested vendors must submit their capability statements by 5:00 p.m. CT on January 9, 2026, to Shelley Howard at shelley.a.howard@faa.gov, as the FAA evaluates potential competition for this contract.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking innovative solutions for the modernization of its application and database infrastructure through a Request for Information (RFI). The primary objectives of this procurement include addressing legacy technical debt, enhancing system interoperability, reducing sustainment costs, and adopting sustainable solutions across approximately 200 applications and 3,000 databases. This initiative is crucial for improving operational efficiency and ensuring business continuity within the FAA's complex ecosystem. Interested parties must submit their responses by January 7, 2026, and can direct inquiries to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov. The FAA anticipates a contract award in FY26, with the final vehicle type yet to be determined.
    MARKET SURVEY: DESIGN ARSR4 POWER AMP MODULE TEST STATION
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for the design and development of a new Power Amplifier Module Test Station (PAMTS) to replace the existing system used for testing ARSR4 Power Amplifier Module (PAM) boards. The new PAMTS will include an interface adapter, fixture, and necessary test/repair software and procedures, aimed at enhancing the FAA's capabilities to test and repair critical radar system components. This procurement is vital for maintaining the operational integrity of the ARSR4 radar system within the National Airspace System (NAS). Interested vendors must submit their capability statements and other required documentation by 2:00 p.m. Central Time on January 13, 2026, to Connie Houpt at connie.m.houpt@faa.gov, with the subject line "Market Survey Response: 6973GH-26-MS-00003 PMATS."
    Aviation Research BAA 2025
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Human Intervention Motivational Study (HIMS) Program Support Services Contract
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking information from businesses capable of providing support services for the Human Intervention Motivational Study (HIMS) Program. The contractor will be responsible for delivering personnel, management, materials, facilities, equipment, supplies, and services necessary to maintain the HIMS Program, which includes conducting educational seminars, developing materials, maintaining a tracking database and website, and providing program management and administrative support. This initiative is crucial for ensuring the safety and efficiency of civil aviation, as it supports the FAA's mission to manage the National Aerospace System effectively. Interested parties should contact the FAA AAQ 460 Contracting Office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov for further details, with responses to the Sources Sought notice due by January 22, 2026.