Second Level Engineering Support Services for AJM-2 at the William J Hughes Technical Center for Advanced Aerospace
ID: 692M15-25-R-00001Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION692M15 ACQUISITION & GRANTS, AAQ600ATLANTIC CITY, NJ, 08405, USA

NAICS

Other Computer Related Services (541519)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (J017)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 6:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for Second Level Engineering Support Services for the AJM-2 program at the William J. Hughes Technical Center in Atlantic City, New Jersey. This procurement is aimed at providing engineering support services to the FAA's Terminal and En Route & Oceanic 2nd Level Engineering Groups, with a focus on maintaining and enhancing the National Airspace System (NAS). The contract, which is set aside for Small Economic Disadvantaged Business 8(a) certified vendors, will be awarded based on a best value trade-off process and is anticipated to span seven years with a total maximum contract ceiling of approximately $7.67 million. Interested parties must submit their proposals by May 5, 2025, and direct any inquiries to the designated contracting officers, Alan McCarty and Christine Yezzo, via their provided email addresses.

Point(s) of Contact
Files
Title
Posted
Mar 24, 2025, 9:05 PM UTC
The document outlines the Request for Proposal (RFP) SIR 692M15-25-R-00001 for Second Level Engineering (SLE) Support Services. It specifies the estimated costs associated with travel and other direct costs (ODCs) for seven ordering periods. The total estimated labor for each period is uniformly set at 514,650 hours with no costs allocated initially. Travel costs, subject to general and administrative (G&A) fees, are projected to escalate each ordering period, beginning at approximately $1 million in the first period and reaching nearly $1.18 million by the seventh, culminating in a total maximum contract ceiling of approximately $7.67 million for all periods combined. The document emphasizes the importance of detailed direct and indirect rate calculations, specifying that offerors must provide essential information while maintaining compliance with the established format and protected spreadsheet sections. This RFP serves as a structured approach to procure engineering support, ensuring transparency and accountability in budgeting and financial management within government contract frameworks. Ultimately, the document illustrates the necessary groundwork for contractual negotiations, targeting successful service delivery in accordance with federal guidelines.
Mar 24, 2025, 9:05 PM UTC
The document outlines the Statement of Work (SOW) for the Second Level Engineering Support Services (AJM-2) for the Federal Aviation Administration (FAA). Its primary purpose is to establish the framework for engineering support, maintenance, technical data documentation, and security measures for the National Airspace System (NAS). Key sections include an introduction to the responsibilities of the Air Traffic Systems (ATS), a detailed scope of services, contract requirements, and technical and documentation support. The document emphasizes the need for comprehensive reporting, including monthly status and financial reports, and stresses the importance of configuration management, engineering studies, and effective training programs. Security protocols and incident reporting are also highlighted, ensuring compliance with federal cybersecurity standards. Performance is to be evaluated regularly, and clear roles and responsibilities for contractors are established to facilitate effective collaboration with the FAA. Overall, this SOW serves as a detailed guide for contractors to meet FAA requirements, enhance NAS performance, and support continuous improvement in air traffic management.
This document outlines labor categories and requirements for personnel involved in supporting the Federal Aviation Administration (FAA) National Airspace System (NAS). It details various roles, including Interns, Engineers, Computer Scientists, Technical Specialists, Configuration Management Specialists, Database Specialists, Documentation Specialists, Program Analysts, Process Improvement Specialists, Air Traffic Control Specialists, Technical Writers, and Help Desk support. Each category specifies the number of positions available, relevant experience, degree requirements, and substitutions for educational qualifications, ensuring applicants possess the necessary skills for complex engineering and technical support roles within the NAS. Key responsibilities across these roles involve data analysis, software and systems engineering, project management, and documentation. The document serves to inform potential contractors of the qualifications and expectations associated with these roles related to government RFPs and grants, highlighting the importance of specialized expertise in maintaining and modernizing the vital air traffic infrastructure.
The document outlines the process for submitting a Labor Category Qualification Waiver/Modification Request for candidates associated with the AJM Second Level Engineering Support Services under the SIR # 692M15-25-R-00001 from the Federal Aviation Administration. It serves to formally document and assess requests when candidates do not meet the minimum qualifications for specific labor categories. Key sections include details on the candidate, the type of waiver or modification requested, the specific qualification requirements, and the impact on project deliverables, schedule, quality, and cost. The contractor must provide an analysis justifying the non-compliance, considering relevant experience, degree equivalence, and any special circumstances like foreign degrees. Additionally, input from the AJM-2 customer, the Contracting Officer Representative (COR), and the Contracting Officer (CO) is required for an informed decision on the request. The goal is to ensure compliance with the necessary qualifications while still allowing flexibility for valid candidates, thereby supporting the staffing needs of federal projects effectively and efficiently.
The document outlines the Contractor Employee Non-Disclosure and Conflict of Interest Acknowledgements required for individuals working on non-competitive procurements with the Federal Aviation Administration (FAA). It emphasizes the contractor employees' obligations to protect sensitive information and data accessed during their work. Key points include the definition of sensitive information, compliance with the Procurement Integrity Act, and the requirement for formal training on confidentiality practices. Additionally, employees must disclose any potential conflicts of interest pertaining to their financial interests or relationships with entities involved in the procurement process. The document also details the penalties for improper disclosures and mandates reporting of any suspected breaches. Overall, it serves to ensure integrity and confidentiality in the procurement process, reinforcing the standards expected of contractor employees working with federal agencies.
Mar 24, 2025, 9:05 PM UTC
The document outlines the requirements for the Corporate Experience Matrix as part of the Second Level Engineering Support Services RFP (SIR 692M15-25-R-00001). It specifies that bidders must provide information on their team members' relevant corporate experiences across three distinct examples. Each entry must include the team member's name, role (whether prime contractor, subcontractor, or joint venture), customer details, contract number, contract name, contract type, number of concurrent task orders, period of performance, dollar values, points of contact information, and specific work areas that relate to the scope of services required in the RFP. This matrix serves as a crucial part of the proposal evaluation process, demonstrating the experience and capabilities of the offeror in delivering engineering support services. It emphasizes the need for detailed documentation to effectively assess the offeror's qualifications and alignment with the project requirements.
The document pertains to the "Past Performance Evaluation Survey" associated with federal procurement under the Federal Aviation Administration (FAA) for Second Level Engineering Support Services. The purpose is to collect references from pertinent individuals about the performance of Offerors (vendors) amidst their contracting history over the last five years. Offerors are instructed to complete specific sections regarding their company and contract information, then send out surveys to relevant references, primarily Contracting Officers or project managers for government contracts. The references will evaluate the Offeror based on key performance indicators such as technical performance, cost control, timeliness, management relations, and customer satisfaction. Evaluators are asked to assess these performance elements on a scale from "Exceptional" to "Unsatisfactory," along with additional narratives about potential future collaboration and overall experiences. The significance of these evaluations is underscored as they contribute to the FAA's acquisition decision-making process. The importance of timely submission and adherence to specified procedures is also highlighted for the effectiveness of the evaluation. This comprehensive assessment is critical to ensure that the FAA selects the best potential vendors for their services.
Mar 24, 2025, 9:05 PM UTC
The government document details a Request for Proposal (RFP) for Second Level Engineering (SLE) support services solicited by the Federal Aviation Administration (FAA). This procurement is exclusively open to Small Economic Disadvantaged Business 8(a) certified vendors and is to be conducted using a best value trade-off process, with a contract type classified as an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The contract will span seven years and involve task orders issued for various engineering support needs, emphasizing a flexible workforce that can respond to changing mission requirements. Deliverables must adhere to strict guidelines, including packaging, inspection, and acceptance protocols, with the contractor responsible for all management and labor provisions. The overview outlines requirements for travel reimbursement, allowable costs, and performance monitoring, ensuring compliance with GAO guidelines. Overall, the document succinctly outlines the scope, terms, and requirements of the FAA's SLE service procurement, underscoring the adherence to government standards for contract administration and execution.
Lifecycle
Similar Opportunities
The Federal Aviation Administration (FAA) has a requirement for Second Level Engineering Services
Buyer not available
The Federal Aviation Administration (FAA) is seeking contractors to provide Second Level Engineering Services, which are critical for supporting the safety and efficiency of aviation operations within the National Airspace System. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a base year and four optional years, focusing on engineering, technical, and administrative support related to aviation equipment and systems. Interested contractors must submit proposals via email by April 30, 2025, at 5:00 p.m. CT, and should ensure they are registered with the System for Award Management (SAM) to be eligible for consideration. For further inquiries, potential offerors can contact Cilony Alejandro at cilony.alejandro@faa.gov.
Amendment/Modification No. 3 to
Buyer not available
The Department of Transportation's Federal Aviation Administration (FAA) is seeking proposals for firm load following electric supply services for the William J. Hughes Technical Center located at Atlantic City International Airport, New Jersey, under solicitation number 697DCK-25-R-00226. The contract will cover services from June 1, 2025, to May 31, 2026, including electric energy, ancillary services, and compliance with New Jersey's Renewable Portfolio Standards through the acquisition and retirement of Energy Attribute Certificates. This procurement is crucial for ensuring reliable electric service for federal operations, with proposals due via email by April 28, 2025, following an extension from the original deadline. Interested parties can direct inquiries to Hilda Gonzalez at Hilda.Gonzalez@faa.gov or Carolyn R. Myers at Carolyn.R.Myers@faa.gov.
Amendment/Modification No 2
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for firm load following electric supply services to support operations at the William J. Hughes Technical Center (WJHTC) located at the Atlantic City International Airport in New Jersey. This procurement includes the delivery of electric energy, ancillary services, and various charges related to electric supply, such as PJM marginal losses and NJ Renewable Portfolio Standards. The services are critical for ensuring reliable power supply and operational efficiency at the technical center. Interested vendors can reach out to Carolyn R. Myers at Carolyn.R.Myers@faa.gov or by phone at 817-222-4305, or Hilda Gonzalez at Hilda.Gonzalez@faa.gov or 206-231-3065 for further details.
Amendment/Modification No 1 697DCK-25-R-00226
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for firm load following electric supply services to support operations at the William J. Hughes Technical Center (WJHTC) located at Atlantic City International Airport in New Jersey. The procurement encompasses a range of services including electric energy, ancillary services, and various charges related to transmission and capacity. This opportunity is crucial for ensuring reliable electric supply and compliance with regulatory standards at the facility. Interested bidders should note that the deadline for submitting offers has been extended to April 28, 2025, and must confirm acknowledgment of the amendment while adhering to specified submission guidelines. For further inquiries, potential contractors can contact Carolyn R. Myers at Carolyn.R.Myers@faa.gov or Hilda Gonzalez at Hilda.Gonzalez@faa.gov.
Aviation Research BAA 2025
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) titled "Aviation Research BAA 2025," inviting proposals for research aimed at addressing challenges in air transportation and enhancing safety and efficiency within the aerospace system. This BAA, numbered 692M15-25-R-00004, will be open for submissions from December 5, 2024, until December 4, 2034, and seeks to engage industry, academia, and various organizations in research areas such as fire safety, airport technology, and advanced control systems. The FAA emphasizes the importance of collaboration with educational institutions and small businesses to foster innovation in aviation technology, with funding expectations of up to $200,000 annually per project. Interested parties can reach out to primary contact Karen Thorngren at Karen.C.Thorngren@faa.gov or secondary contact Christine Kranz at Christine.Kranz@faa.gov for further information.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide a firm-fixed-price contract for the replacement of a security gate and fence at the Farmington, NY Air Traffic Control Facility. The project involves the installation of a new motorized vehicle gate, a two-way video intercom system, and the relocation of a pedestrian gate, all aimed at enhancing security measures while ensuring minimal disruption to ongoing operations. The estimated cost for this project ranges from $80,000 to $120,000, with a completion timeline of 45 days post-notice to proceed. Interested vendors must submit their proposals, including a completed Request for Quote (RFQ) document and a Work Plan Narrative, by May 2, 2025, to the designated FAA contacts, Chase Bartlett and Josh Huckeby, via email.
Market Survey: Graphics and Multimedia Production
Buyer not available
The Federal Aviation Administration (FAA) is conducting a market survey to identify qualified vendors for a Graphics and Multimedia Production contract at the William J. Hughes Technical Center in Atlantic City, New Jersey. The procurement aims to secure services that include artistic design, technical illustration, and multimedia content production, adhering to federal standards and FAA branding guidelines. These services are crucial for delivering high-quality visual information to various government clients, including the FAA and other Department of Transportation agencies. Interested companies must submit their capability statements and business classification size to the Contracting Officer, Jeffrey Young, at jeffrey.young@faa.gov by 4 PM (EST) on May 1, 2025, as part of the market survey process.
FA448425R0006 Solicitation for Electrical Systems-Inspections, Testing, Construction, Maintenance and Repairs
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on electrical systems inspections, testing, construction, maintenance, and repairs at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement is specifically set aside for small businesses, with the expectation of awarding a minimum of three contracts over a five-year period, including a base year and four optional extensions, with a total contract value capped at $66 million. The services required encompass a wide range of electrical tasks, including inspection, maintenance, and repair of electrical systems, which are critical for ensuring the operational efficiency and safety of military installations. Interested contractors must submit their proposals by May 19, 2025, and are encouraged to contact Sean A. Burney at sean.burney.1@us.af.mil or Dana Wright at dana.wright.6@us.af.mil for further information.
FAA Tower Simulation System Software - Enhancement Two
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified vendors to enhance its Tower Simulation System (TSS) software, aimed at improving air traffic controller training capabilities. The procurement focuses on developing, configuring, and managing simulation software that meets specific operational requirements, including the integration of realistic training scenarios and advanced audio-visual outputs. This initiative is critical for ensuring that air traffic controllers are trained effectively in a safe environment, reflecting real-world complexities in air traffic management. Interested vendors must submit their capability statements and responses to specific questions by May 19, 2025, to Manish Patel at manish.patel@faa.gov, with a total submission limit of 25 pages.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors for the QZA Parking Lot Replacement project located in Oilton, Texas, under solicitation number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the installation of a motorized vertical pivot gate, all aimed at enhancing the operational infrastructure of the FAA site. This procurement is set aside for small business concerns, with an estimated contract value between $100,000 and $250,000, and a projected period of performance of approximately 30 calendar days. Interested contractors must submit their proposals by April 29, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.