ContractSolicitation8a Competed

Technical, Management, and Administrative Support Services

DEPARTMENT OF TRANSPORTATION 6973GH-26-R-00002
Response Deadline
Nov 6, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
8a Competed
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for Technical, Management, and Administrative Support Services for the Civil Aerospace Medical Institute at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement is set aside for Certified 8(a) Small Businesses and aims to provide essential support services, including staffing for various technical roles and management functions, while ensuring compliance with FAA policies and procedures. The contract will span five years, from January 14, 2026, to January 13, 2031, with proposals due by November 6, 2025, and inquiries accepted until October 14, 2025. Interested parties should contact Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381 for further information.

Classification Codes

NAICS Code
541690
Other Scientific and Technical Consulting Services
PSC Code
R699
SUPPORT- ADMINISTRATIVE: OTHER

Solicitation Documents

6 Files
SIR 6973GH-26-R-00002 Final 10.6.25.pdf
PDF545 KBOct 17, 2025
AI Summary
This government solicitation (AAQ730-AFN / 6973GH-26-R-00002) is an RFP for Technical, Management, and Administrative Support Services, set aside for Certified 8(a) Small Businesses, with a five-year ordering period from January 14, 2026, to January 13, 2031. It outlines critical terms, conditions, and clauses for contractors, including detailed requirements for emergency procedures at FAA facilities, particularly the Mike Monroney Aeronautical Center (MMAC). The document specifies guidelines for personnel substitution, performance authorization, and contract administration, such as incremental funding and security procedures for deliveries to MMAC. It also emphasizes electronic commerce, confidentiality of data, and strict environmental, safety, and health compliance. Key clauses cover ethical conduct, payment terms, conflict of interest disclosures for employees, and ordering limitations. The proposal due date is November 6, 2025.
Tab 3 SOW AAM-600 Support Contract 8.8.25 Final.pdf
PDF338 KBOct 17, 2025
AI Summary
This Statement of Work (SOW) outlines the requirements for technical, management, and administrative support services for the Civil Aerospace Medical Institute (CAMI) Aerospace Medical Research Division (AAM-600) of the FAA. The objective is to provide agile access to technical support for core mission functions, excluding inherently governmental tasks. The scope includes both continuous staffing (e.g., Biological Science Laboratory Technician, Chemist, Project Manager) and on-demand technical expertise. The contractor must ensure personnel qualifications, provide monthly status reports, participate in quarterly program reviews, and manage task orders. Place of performance is primarily at CAMI in Oklahoma City, with provisions for security, government-supplied equipment, and safeguarding sensitive unclassified information. The SOW also details transition plans, reoccurring deliverables, and continuity of services for mission-critical functions during national emergencies, emphasizing compliance with FAA policies.
Tab 6 Section B - Service Prices Schedule dated 8.5.25.xlsx
Excel27 KBOct 17, 2025
AI Summary
This government file outlines a five-year contract with an optional six-month extension for various supplies and services, broken down into calendar years. It details estimated labor hours for numerous positions, including Project Managers, Biological Laboratory Technicians, Chemists, Engineering Technicians, Network and Computer Systems Administrators, Research Participants (categorized by risk level), Subject Matter Experts (in various fields like PHD, Medicine, Psychiatry, Aviation), and Aquatic Safety Experts. The contract also includes Not-to-Exceed (NTE) costs for travel and per diem, materials, and "over & above" expenses. Key instructions for offerors emphasize submitting prices for all individual unit items (except travel, materials, and over & above), distributing indirect costs over labor items, and adhering to specific procedures for correcting clerical and arithmetic discrepancies. The document specifies that the contractor is responsible for furnishing all personnel, materials, equipment, training, and supplies in accordance with the Statement of Work (SOW).
Past Performance Survey 5.13.25.docx
Word30 KBOct 17, 2025
AI Summary
The "CAMI AAM-600 Technical, Management, and Admin Support Services Past Performance Survey" is a critical document for evaluating contractor performance on government projects. It requires both the offeror and past clients to provide detailed information. The offeror completes a section describing the project, contract type, amount, and performance dates, including explanations for any delays or deficiency notices. The client then evaluates the contractor's overall compliance, timeliness, key personnel performance, and integrity. This includes assessing whether the contract experienced terminations, cure notices, or issues successfully resolved. The survey is procurement sensitive and aims to gather comprehensive past performance data to inform future contract awards, ensuring the selection of reliable contractors for similar government work.
Q_A dated 10.15.25.xlsx
Excel30 KBOct 17, 2025
AI Summary
The document is the second and final Q&A posting for SIR No. 6973GH-26-R-00002, addressing various questions from potential offerors regarding a federal government Request for Proposals. Key clarifications include the identification of Chickasaw Health Consulting, LLC as the incumbent contractor (Contract No. 6973GH-22-D-00062), confirmation that the procurement will use tradeoff evaluation procedures instead of LPTA due to a typo, and details on past performance survey requirements. It also specifies that Biological Laboratory Technician and Chemist (Intermediate) positions will be 100% on-site, clarifies that the government shutdown may delay contract award, and permits incumbent personnel to be hired by the new prime. The FAA will provide Government Furnished Equipment (GFE) for on-site work or FAA system access. The document also details proposal formatting, submission guidelines, and security requirements, with a strong emphasis on adhering to Sections L and M of the SIR for proposal preparation.
Q_A dated 10.9.25.docx
Word18 KBOct 17, 2025
AI Summary
The document, 6973GH-26-R-00002 AAM-600 Support Services Q&A, addresses key questions for a federal government Request for Proposal (RFP) regarding support services for the FAA. It clarifies that task orders will primarily be time-and-materials, with a 60-day phase-in period for full onsite staffing. Limited preliminary work is authorized after contract award but before delivery order issuance, though full funding for the base year may be incremental. The ordering period is five years, with a potential six-month service extension. FAA badge issuance and background investigations can take a couple of months, emphasizing its priority during phase-in. Personnel substitutions require advance notice, and interim staff are unlikely to be cleared. While the SOW requires monthly status reports, the format is flexible. A Continuity of Contract Performance Plan is required at the basic contract level within 90 days. Sensitive Unclassified Information should remain within the FAA IT environment. Proposals must be submitted electronically to the contracting officer, who will directly receive past performance surveys from references. Adjectival ratings will apply to both sub-factors and overall factors. The majority of work is anticipated to be onsite, with situational off-site work being rare. The government will provide equipment, and the FAA will manage IRB approvals for participant recruitment.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 6, 2025
amendedAmendment #1Oct 9, 2025
amendedAmendment #2· Description UpdatedOct 15, 2025
amendedLatest Amendment· Description UpdatedOct 16, 2025
deadlineResponse DeadlineNov 6, 2025
expiryArchive DateMar 1, 2026

Agency Information

Department
DEPARTMENT OF TRANSPORTATION
Sub-Tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS

Point of Contact

Name
Neil Amaral

Place of Performance

Oklahoma City, Oklahoma, UNITED STATES

Official Sources