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)
    Buyer not available
    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 a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    Acquisition of miscellaneous electrical, electronic, and mechanical/industrial products used in support of the NAS equipment maintenance, repair and overhaul activities
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking vendors for the acquisition of miscellaneous electrical, electronic, and mechanical/industrial products to support maintenance, repair, and overhaul activities for the National Airspace System (NAS). This procurement is crucial for ensuring the operational integrity of NAS equipment and includes products necessary for the Environmental, Occupational, Safety and Health (EOSH) program. The solicitation is an extension of a previous notice and is set to close on December 6, 2025. Interested parties should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov, and note that the contract will include specific requirements regarding packaging, inspection, and compliance with various federal regulations.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    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
    Buyer not available
    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.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    Cloud services in support of the operational mission of the Federal Aviation Administration
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to re-issue a Request for Quote (RFQ) for cloud services that support its operational mission. This procurement aims to secure cloud hosting solutions, which are critical for the FAA's data processing and web hosting needs, particularly in light of a previous RFQ that closed prematurely due to a furlough. The FAA will consider all feedback and questions submitted during the initial RFQ process for the new solicitation, which will be posted on the GSA e-buy site soon. For further inquiries, interested parties can contact Laurie Jiavaras at laurie.p.jiavaras@faa.gov or Kathryn Scott at kathryn.scott@faa.gov.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Buyer not available
    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 reducing sustainment costs, enhancing operational efficiency, and improving system interoperability while addressing legacy technical challenges and ensuring scalability. This initiative is critical for the FAA as it aims to overcome complex interoperability requirements and data sensitivity issues across its systems. Interested parties are encouraged to submit their feedback by January 7, 2026, to inform the FAA's acquisition strategy, with inquiries directed to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov.
    Aviation Research BAA 2025
    Buyer not available
    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.
    FAA V-PAR Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the construction of a Vertical Take-Off and Landing (VTOL) Procedures and Analysis Range (V-PAR) at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This project, designated as a total small business set-aside, includes a base bid with two Contract Line Item Numbers (CLINs) for constructing a Touchdown and Lift-Off area, a covered weather shelter, a support building, and extending Shaffer Street with utilities, along with five additional bid options. The estimated contract value ranges from $5 million to $10 million, with proposals due by December 5, 2025, at 3:00 PM CT. Interested contractors should review all attached documents for detailed requirements and contact Neil Amaral or Andre Casiano for further inquiries.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), has issued a Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically Call 001-2026, inviting proposals for the integration of Unmanned Aircraft Systems (UAS) into the National Airspace System. This opportunity seeks Whitepapers that demonstrate and validate systems and technologies aligned with key focus areas such as UAS Traffic Management, Beyond-Visual-Line-of-Sight operations, and Advanced Air Mobility, among others. The FAA aims to enhance UAS integration in accordance with the FAA Reauthorization Act of 2024, with a total funding cap of $24 million available until September 30, 2028, requiring a minimum 1:1 cost-share from respondents. Interested parties must submit technical questions by October 17, 2025, and Whitepapers by November 14, 2025, to the Contracting Officer, Scott E. Raber, at Scott.E.Raber@faa.gov, with awards anticipated by September 30, 2026.