6973GH-24-R-00131, Technical, Management, & Admin Support for AAM-500
ID: 6973GH-24-R-00131Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GJ NON-FRANCHISE ACQ SVCOKLAHOMA CITY, OK, 73125, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    Combined Synopsis/Solicitation, Transportation Department of, is seeking Technical, Management, & Admin Support for AAM-500. This procurement is for a Support Services Contractor to provide technical, management, and administrative support to the FAA Civil Aerospace Medical Institute Human Factors Research Division, AAM-500. The contractor will assist in accomplishing the mission of AAM-500 by providing on-demand quality technical, management, and administrative support. The services required include Technical Research Support, Program Management & Project Management Support, and Administrative Support.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's fleet capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Aviation Maintenance and Support Services (AMSS)
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking contractors to provide Aviation Maintenance and Support Services (AMSS) for its Critical Incident Response Group (CIRG). The procurement aims to secure full-scope fixed and rotary wing aviation support, including aircraft maintenance, operational support, and training for over 100 special mission aircraft across the United States. This contract is critical for ensuring the FBI's aviation resources are mission-ready and compliant with FAA regulations, thereby supporting national security operations. Interested bidders should note that the due date for proposals has been extended to October 1, 2024, by 4 PM EST, and can direct inquiries to Contracting Officer Melissa J. Golicz at mgolicz@fbi.gov or Nicolas Shockley at ncshockley@fbi.gov. The anticipated contract value is up to $100 million, with a base period of one year and four optional extension years.
    for Aircraft Rescue and Fire Fighting (ARFF) Research and Development (R&D) support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide research and development support for Aircraft Rescue and Fire Fighting (ARFF) operations. The primary objectives include enhancing passenger safety during post-crash incidents by improving firefighting tactics and technologies, as well as managing ARFF research facilities and conducting various research initiatives related to firefighting agents and tactics. This procurement is critical for maintaining air travel safety and involves tasks such as investigating advanced air mobility aircraft, exploring alternative fuels, and researching fluorine-free foam alternatives due to environmental concerns. Interested vendors must submit a capability statement by 3:00 PM EST on October 15, 2024, to Joseph Szwec at Joseph.S.Szwec@faa.gov, with a limit of seven pages in Microsoft Word format. The incumbent contractor is Battelle Memorial Institute Inc., and the NAICS code for this opportunity is 541715.
    MARKET SURVEY: The FEDERAL AVIATION ADMINISTRATION (FAA) has an upcoming requirement for CASA 212 Initial and Recurrent Pilot Qualification Training
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to identify potential vendors for the procurement of CASA 212 Initial and Recurrent Pilot Qualification Training, specifically focusing on ground school training without simulator instruction. This initiative aims to gather information and capabilities from industry participants to assist in developing an acquisition strategy for training FAA inspectors and pilots, ensuring they meet the necessary qualifications to uphold aviation safety standards as mandated under Title 49 U.S.C. Interested firms must be registered in the System for Award Management (SAM) and are required to submit their responses by 2:00 p.m. Central Standard Time on September 27, 2024, via email to the contracting officer, Helaina Germosen, at helaina.k.germosen@faa.gov. The FAA emphasizes that this market survey is for planning purposes only and does not constitute a request for proposals or an obligation to procure services.
    R--Professional, Administrative, and Management Support Services
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, is seeking professional, administrative, and management support services for the Office of Civilian Human Resources at the Stennis Operations Center in Jacksonville, Florida. This requirement is expected to be set-aside for small business concerns. The anticipated start date is September 30, 2019, and the contract will be firm-fixed price. Interested parties should review the FedBizOpps website for the solicitation and attachments. The expected issue date for the solicitation is around August 15, 2019, with a contract award date around September 27, 2019. No verbal or phone conversations will be accepted, and all questions should be submitted in writing.
    Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking proposals for the Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA). This opportunity aims to conduct medical research to optimize the warfighter's performance and support the Air Force mission. The research will focus on analyzing attributes and operational environments to ensure the availability of Airmen and investigate the effects of the flight environment on Airman health and performance. The BAA will remain open for seventy-two (72) months with Calls being released throughout the period.
    The FAA has a requirement for Procurement Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Com
    Active
    Transportation, Department Of
    Sources Sought TRANSPORTATION, DEPARTMENT OF FEDERAL AVIATION ADMINISTRATION is seeking interest from small businesses for the procurement of Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Communications Technology carrier monitoring system. The FAA is particularly interested in responses from service-disabled veteran-owned small businesses and 8(a) certified firms. The scope of work includes providing specific part numbers and technical assistance. The installation will take place in Anchorage ARTCC (ZAN) SACOM Facility and Fairbanks ATCT (FAI) TRACON Facility. The NAICS code for this effort is 517410 Satellite Telecommunications, with a size standard of $44 million. Interested vendors should submit a capability statement and other required documents by October 17, 2023.
    CHEERS MAA Open Period 2 - All Technical Areas, 10 U.S.C. 4023 - Procurement for Experimental Purposes (ARA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) and the United States Air Force School of Aerospace Medicine, issues an open solicitation for experimental purposes, governed by 10 U.S.C. 4023. This multi-step procurement process, referred to as Continuing Human Enabling, Enhancing, Restoring, and Sustaining (CHEERS), seeks innovative solutions in various technical areas related to human effectiveness for national defense. The Air Force invites contractors to submit concise five-page white papers outlining their approaches. These submissions will undergo a review process, and successful candidates will be invited to present detailed proposals. The AFRL retains the discretion to award multiple contracts, IDIQs, or purchases under specific authorities. The focus areas include a wide range of supplies and services, from medical and aeronautical to signal and energy supplies for defense purposes. Offerors should be prepared to provide data items, software, and hardware, although the exact requirements will be established later. The process allows the AFRL to explore diverse solutions, with potential contracts valued at up to $500 million. The legal and contracting clauses detailed in the procurement aim to ensure compliance with federal regulations and manage contractual relationships. These clauses cover various topics, including security, employee rights, and intellectual property, and will be incorporated into the contracts. Contractors will also be responsible for flowing down these clauses to their subcontractors. This solicitation serves as an initial request for information or a draft, as key evaluation criteria and dates are absent. The AFRL seeks to protect proprietary data and may impose security and export control regulations. The submission deadline for the initial white paper step is 30 September 2027. For clarification or questions, interested parties may contact Amber Taylor or Ashlee Green via email.
    Advancing Analytics Multiple Award Contract (AAMAC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the Advancing Analytics Multiple Award Contract (AAMAC) to support the Chief Digital and Artificial Intelligence Office (CDAO) Advana program. This Sources Sought synopsis aims to identify businesses capable of contributing to the development of a competitive ecosystem of digital products and services surrounding the DoD's Advana platform, which focuses on data, analytics, and artificial intelligence. Interested parties are encouraged to review the requirements and submit their Capabilities Statements through the PIEE Solicitation Module by the specified deadline, with inquiries directed to Richard Wahidi at richard.wahidi@us.af.mil or Nicholas Kimmey at nicholas.kimmey@us.af.mil.
    AFMED Moving Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for moving support services related to the relocation of personnel and items for the newly established AFMED Command in Falls Church, Virginia. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to ensure a seamless relocation of up to 225 staff members, adhering to high-quality standards and compliance with applicable regulations. This procurement is crucial for facilitating the operational enhancements of the AFMED Command, ensuring efficient logistics and support during the transition. Proposals are due by September 18, 2024, with questions accepted until September 13, and interested vendors must be registered in the System for Award Management (SAM) and include a Wide Area Workflow (WAWF) account in their submissions. For further inquiries, vendors can contact Justin Ashley at justin.ashley.6@us.af.mil.