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.