Center Operation and Maintenance Services (COMS) DRAFT SIR
ID: 692M15-24-R-00010-SIR-DRAFTType: Special Notice
Overview

Buyer

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

NAICS

Facilities Support Services (561210)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Center Operation and Maintenance Services (COMS) at the William J. Hughes Technical Center in Atlantic City, New Jersey. This procurement involves a hybrid contract structure, including Firm-Fixed-Price (FFP), Time-and-Materials (T&M), and Cost-reimbursable Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangements, with a total duration of 12 months and six optional 12-month periods. The services are critical for maintaining operational efficiency and safety across various facility systems, including HVAC, plumbing, electrical, and fire protection, ensuring compliance with federal and state regulations. Interested contractors should direct inquiries to Sarah McCarty at sarah.e.mccarty@faa.gov, with a deadline for questions set for 8:00 AM Eastern Time on May 12, 2025, as the FAA will not accept unsolicited proposals or cover any costs associated with responses to the draft Screening Information Request (SIR).

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Center Operations and Maintenance Services Contract for the William J. Hughes Technical Center (WJHTC), detailing the scope, structure, and responsibilities for the contractor. This Firm-Fixed-Price (FFP) contract, categorized as an indefinite delivery/indefinite quantity (IDIQ), is designed to support various missions at the WJHTC, which spans approximately 5,000 acres and contains over 150 buildings. Key provisions include management support, preventive and recurring maintenance, and non-recurring services, with specific tasks divided into different categories (CLINs). The document describes the contractor's obligations to provide all necessary personnel and services required to meet these needs. It also references several technical exhibits that list building responsibilities and organizational tenant details, including those occupied by the FAA and other governmental agencies. The comprehensive structure aims to ensure effective facility management, maintenance, and safety standards while supporting the WJHTC's operations and the missions of its tenants, such as the Transportation Security Administration and the Department of Homeland Security. Overall, this RFP establishes a detailed framework for contractors to support federal operations effectively.
    The document details the personnel requirements for the Center Operations and Maintenance Services Contract at the William J. Hughes Technical Center for Advanced Aerospace. It outlines general personnel, physical, and key personnel requirements, stipulating that the contractor must employ licensed and qualified staff to meet the contract's operational demands. Key roles include a Contract Manager, Alternate Contract Manager, and a Safety Manager, each requiring specific qualifications and experience. Contractors must also form a Hazardous Material Response Team and ensure all craft employees, such as plumbers and electricians, meet licensing standards and possess relevant experience. Additionally, the contract mandates training and certification in safety, asbestos management, spill prevention, and proprietary systems, among others. The contractor bears the cost of required training and certifications, ensuring personnel remain compliant throughout the contract term. Compliance with FAA standards and performance expectations is paramount, emphasizing safety, professionalism, and environmental stewardship as core tenets of the personnel contracted under this work scope.
    The document outlines the contract requirements for Center Operations and Maintenance Services at the William J. Hughes Technical Center for Advanced Aerospace. It establishes expectations for contract management, administration, and supervision, emphasizing the responsibility of the contractor to maintain qualified personnel, manage subcontracts, and utilize the Facility Maintenance Management Software (FMMS) effectively. Key elements include defining roles of the Contract Manager, work hours, and necessary documentation practices. The contractor is tasked with conducting service calls, preventive maintenance, and ensuring compliance with industry standards, safety codes, and the timely execution of work. The contract specifies requirements for emergency responses, work access and scheduling, and emphasizes collaboration with FAA personnel and other contractors. Warranties for equipment, documentation of services performed, and invoicing requirements are stipulated clearly, alongside procedures for contract modifications. The emphasis on meticulous records and responsiveness to Government inquiries reflects adherence to federal standards for service delivery. Overall, the contract details a comprehensive framework for maintaining operations, ensuring the quality of service, and aligning with regulatory compliance within the scope of federal RFPs.
    The document outlines the General Environmental, Health, and Safety requirements for a contract at the William J. Hughes Technical Center for Advanced Aerospace. It mandates contractors to comply with federal, state, and local regulations pertaining to environmental protection during all phases of their work. Key points include the obligation to ensure the protection of natural resources, wildlife, and historical artifacts; adherence to specific environmental compliance protocols; and stringent safety measures such as health plans, equipment handling procedures, and emergency responses. Contractors must manage waste responsibly, prevent pollution, maintain air quality, and control noise and dust emissions. They are also required to establish a Health and Safety Plan (HASP), conduct regular safety training, and keep comprehensive records for inspections. Overall, the document emphasizes the government's commitment to environmental stewardship and workplace safety as integral parts of the project, highlighting the contractor's role in ensuring these standards are met effectively.
    The document outlines the Property Management procedures relevant to the Center Operations and Maintenance Services Contract at the William J. Hughes Technical Center for Advanced Aerospace, addressing Government Furnished Property (GFP), Contractor-Furnished Property, and essential guidelines for their management. Key sections detail the types of GFP—including facilities, equipment, and materials—alongside responsibilities for inventory management, maintenance, and repair. The FAA retains ownership of all GFP, which must be utilized solely for contract purposes. Contractors are accountable for necessary equipment and materials that are not provided by the FAA. The document stipulates detailed reporting requirements for property loss and mandates regular inspections and assessments of provided equipment and facilities. It also outlines the importance of communication equipment standards and contractor obligations concerning asset maintenance. Overall, this document serves as a guideline to ensure effective property management and operational compliance under the federal contract framework. The regulations foster accountability and ensure seamless integration of available resources for the efficient execution of contract duties.
    The document outlines the requirements for the Center Operations and Maintenance Services Contract at the William J. Hughes Technical Center, focusing on compliance with relevant references, standards, codes, and ordinances. It emphasizes that contractors must adhere to federal, state, and local regulations across various operational areas including plumbing, HVACR, fire protection, electrical systems, pest control, and environmental compliance. Each section specifies the applicable standards such as those from ANSI, ASTM, NFPA, and relevant New Jersey Administrative Codes (NJAC). The contractor is also responsible for documentation, quality levels, and equipment maintenance. With a strong focus on following the latest regulations, this attachment serves as a comprehensive guide for contractors, ensuring safe and effective operation within government facilities while maintaining compliance with stipulated codes and standards. Overall, the document is essential for guiding contractors in delivering quality services while mitigating risks associated with safety and environmental concerns.
    The Contractor’s Quality Control (QC) Plan for the William J. Hughes Technical Center mandates specific requirements to ensure effective operations and maintenance services. It must be submitted within 30 days after contract award and requires approval before full performance. Essential components include a risk management process addressing recruitment and material inventory management, inspections outlining methodology and frequency, and strategies for resolving equipment issues with clear communication to the Federal Aviation Administration (FAA). The QC plan will also detail procedures for managing service calls and adhering to acceptable quality levels (AQL), address continuous operational duties, and define emergency work response requirements. Additionally, it must outline work control measures to enhance efficiency and productivity, aligning with contractual stipulations. This comprehensive approach emphasizes the necessity of high-quality performance and accountability in fulfilling the contract terms.
    The document outlines the plumbing services contract for the William J. Hughes Technical Center, detailing the scope and requirements for plumbing work. It includes maintenance of various plumbing systems and fixtures such as backflow preventers, boilers, drains, and water systems. The contract stipulates that all plumbing work must comply with specified contractual requirements. Key performance areas include general service calls for repairs, preventive maintenance schedules, recurring service tasks, continuous operational duties, and non-recurring services as necessary. The contractor is responsible for ensuring all plumbing systems, both above and below ground, function properly and meet safety regulations. Additionally, specific tasks for service calls include repairing leaks, maintaining sewer systems, and addressing natural gas lines. Preventive and recurring services involve scheduled maintenance practices as outlined in attached documents. Overall, this contract emphasizes the importance of maintaining operational efficiency and safety in plumbing systems at the facility, underlining government standards and procedures outlined in relevant attachments.
    The document outlines the operational requirements for the Site Utilities Section under the Center Operations and Maintenance Services Contract for the William J. Hughes Technical Center. It details the specific systems involved, including water supply, sewage, stormwater, and gas systems. The contractor must adhere to defined procedures for service calls, preventive maintenance, and non-recurring services, ensuring all utilities are maintained according to federal and state regulations. Key tasks include repairing leaks, performing utility mark-outs, maintaining drainage systems, and providing support during destructive weather events. Routine activities encompass monthly meter readings, inspection and treatment of septic systems, and scheduled preventive maintenance procedures. The document further specifies the importance of maintaining and repairing infrastructure efficiently to comply with legal standards. Overall, it serves as a guideline for contractors to ensure the safe and effective operation of site utilities, emphasizing the accountability of the contractor in the maintenance and repair processes.
    The Heating, Ventilation, Air Conditioning, and Refrigeration (HVACR) section of the Center Operations and Maintenance Services Contract for the William J. Hughes Technical Center outlines specific performance requirements for HVACR work. The document details the scope of work involving various HVACR systems and equipment that require service, including air conditioning units, boilers, and building automation systems. Key responsibilities of the contractor include preventive maintenance, service calls, system cleaning, and adherence to environmental compliance standards, with documentation mandated for all actions, particularly involving refrigerants and coil maintenance. Moreover, the contractor is tasked with monitoring the Building Automation System (BAS) to evaluate performance and respond to alarms using data from the SkySpark analytics system. Regular and recurring maintenance tasks, mold remediation, and duct cleaning are specified to ensure operational efficiency and compliance with safety standards. The document serves as a guideline for contractors, emphasizing adherence to required maintenance procedures and environmental protocols, thus supporting the government's mission of maintaining facility operations effectively and efficiently. Overall, this RFP reflects the government's commitment to employing precise maintenance strategies to oversee technical center infrastructure sustainably.
    This document outlines the requirements for fire protection services as part of the Center Operations and Maintenance Services Contract at the William J. Hughes Technical Center for Advanced Aerospace. It specifies comprehensive work responsibilities for managing fire prevention, detection, and suppression systems, including automatic sprinkler systems, fire extinguishers, and firefighting apparatus. Key duties include conducting preventive maintenance, service calls for alarm responses, and compliance checks with safety codes. The contractor is also responsible for executing fire drills, issuing hot work permits, and training personnel on fire safety protocols. Documentation of fire drill results and daily reports on system statuses are essential components of the operational procedure. Additionally, the contractor must advise on potential system upgrades and report any safety violations. This framework ensures a robust fire safety management system, compliance with regulatory standards, and the safety of personnel at the Technical Center. The structure is organized into sections covering scope, work performance, and service types, emphasizing the continuity and accountability of fire protection measures.
    The document outlines the requirements for the Center Operations and Maintenance Services Contract, specifically Section 5 regarding Electrical systems at the William J. Hughes Technical Center. It details the scope of services, including maintenance, troubleshooting, and inspection of various electrical components such as power distribution, lighting control systems, and emergency services. Key responsibilities include managing the Power Monitoring and Control System (PMCS), executing planned power shutdowns for preventive maintenance, and responding to service calls for electrical issues. Additionally, it mandates preventive maintenance schedules, emergency response protocols, and the maintenance of safety standards related to electrical systems. Technical exhibits provide specific data regarding the electrical distribution system and maintenance reports. The document serves as a guideline for contractors to ensure the reliable operation and safety of electrical services, reflecting the Government's commitment to proactive facility management within the RFP framework.
    This document outlines the requirements for Elevator Operations and Maintenance Services at the William J. Hughes Technical Center, part of a federal government contract. It details the contractor's responsibilities, including compliance with ASME standards, inventory management, and certification procedures for each elevator. Service calls must be responded to within fifteen minutes, ensuring safety when malfunctions occur. Preventive maintenance and recurring services are mandated, with specific procedures outlined for inspections, repairs, and documentation of work performed. Non-recurring services are also required as needed. Overall, the contract ensures that all elevator systems are safe, operational, and comply with state regulations, thereby emphasizing quality control and safety in federal infrastructure maintenance.
    The document outlines the requirements for a Center Operations and Maintenance Services Contract at the William J. Hughes Technical Center, focusing on both interior and exterior maintenance tasks. It details the scope of work, which encompasses a variety of services including carpentry, roofing, locksmith services, and concrete repair among others, ensuring adherence to specific contract requirements and building codes. The contractor is obligated to perform both scheduled and unscheduled tasks, such as preventive maintenance, service calls, and recurring services tailored to the facility’s needs. Additionally, the contract specifies particular materials and products to be used, including carpet specifications and guidelines for cubicle workspace modifications. Key operational duties include regular inspections and cleaning of mechanical and electrical rooms, as well as snow removal from building roofs. This overview emphasizes regulatory compliance and maintaining the integrity of the facility’s infrastructure, underscoring the project’s importance in supporting the Technical Center's operational capabilities.
    The document outlines the requirements for the Central Utilities Plant (CUP) operations and maintenance contract at the William J. Hughes Technical Center. It specifies the scope of services, which include maintaining a variety of systems such as boilers, chillers, and building automation systems. The contractor is required to adhere to strict procedures for preventive maintenance, service calls, continuous operations, and training of CUP operators. Key responsibilities include monitoring equipment performance, conducting regular inspections, managing emergencies, and maintaining comprehensive logs of operations. Additionally, the contractor must enter service agreements with Andover and SkySpark for software support and analytics. The document emphasizes the importance of procedures, timely reporting of equipment status, and adherence to operational protocols to ensure the CUP operates efficiently and meets the facility’s needs. Overall, the document serves as a detailed guide to ensure the contractor understands and performs the essential services required to maintain the CUP in alignment with government standards and regulations.
    The document outlines the requirements for the Water Treatment Services Contract at the William J. Hughes Technical Center, detailing work performance protocols relevant to the operation and maintenance of water treatment systems for buildings 33 and 208. Key components include the scope of services, which encompasses maintenance of domestic water systems, industrial wastewater treatment, chemical management, and service call protocols. Safety measures, including the provision of necessary chemicals and adherence to safety guidelines, are mandated. Contractors must perform routine preventive and recurring maintenance, including water sampling, testing, and monitoring of system operations to ensure compliance with environmental regulations. Specific testing protocols for microbiological contaminants and corrosion studies are also outlined, emphasizing the importance of maintaining water quality and system integrity. Additionally, continuous operational duties require licensed personnel to oversee 24/7 operations, perform inspections, and document findings comprehensively. The document serves as a detailed framework for contractors to ensure effective water treatment operations, underscoring the federal government's commitment to environmental safety and regulatory compliance in managing water resources. Overall, this set of guidelines highlights the operational, safety, and regulatory aspects of maintaining water treatment services critical to the Technical Center's infrastructure.
    The document outlines the operational requirements for the Center Operations and Maintenance Services Contract at the William J. Hughes Technical Center, specifically addressing the management of generators, equipment, and vehicles. It details the scope of work, which encompasses all types of machinery, including aircraft ground support, construction equipment, and emergency generators. The contractor is required to maintain an adequate supply of parts and perform various services, including service calls, preventive maintenance, and emergency equipment readiness. Key points include adherence to safety and environmental regulations, particularly regarding generator operation during air quality action days as mandated by the NJ Department of Environmental Protection. Additionally, the contractor must document operations through performance records and ensure continuous operational readiness of emergency response equipment. The structure of the document is organized into sections that cover general requirements, specific procedures for equipment handling, and a comprehensive technical performance record template. This document is essential for the effective management of maintenance operations and compliance within the framework of government RFPs and grants in aviation safety and infrastructure reliability.
    The document outlines the requirements for the Electronics and Automated Security (EAS) systems as part of the Center Operations and Maintenance Services Contract at the William J. Hughes Technical Center. It specifies the scope of work, which includes servicing various security equipment such as audio/video systems, automatic door openers, intercoms, and surveillance cameras. Key responsibilities of the contractor include maintaining operational integrity of EAS systems, conducting service calls to install or repair equipment, performing scheduled preventive maintenance, and executing recurring and non-recurring services as needed. The contractor must ensure that no security equipment remains inoperable for more than 24 hours without written approval, coordinate with system administrators, and maintain a sufficient inventory of necessary materials and tools. This contract emphasizes the importance of timely and effective maintenance of security systems to ensure the continuous safety and operational capability of the technical center's infrastructure. Compliance with the outlined procedures is critical for both operational effectiveness and adherence to federal grant requirements related to security.
    The document outlines the requirements for Material Handling services as part of the Center Operations and Maintenance Services Contract at the William J. Hughes Technical Center. It details the scope and performance of various tasks related to material handling, emphasizing safety and operational efficiency. Key responsibilities of the contractor include general material moving tasks, service calls for waste management, preventive and recurring maintenance, as well as continuous operational duties. Specific tasks account for the management of refuse and recycling at the loading dock, preparation and transport of cardboard, collection and delivery of bulky items, and support for special events. The contractor is also tasked with maintaining designated areas and adhering to scheduled clean-up procedures to ensure no obstruction of building access. The document serves to clarify expectations for material handling services, focusing on compliance with federal standards and operational protocols in preparation for potential government contracting opportunities. It is structured to provide clear guidelines in alignment with federal RFPs, ensuring all duties are systematically captured and delineated for execution.
    The "Environmental Compliance and Waste Disposal" section of the Center Operations and Maintenance Services Contract outlines specific requirements for managing environmental compliance and waste disposal at the William J. Hughes Technical Center for Advanced Aerospace. This section details the contractor's responsibilities for hazardous and non-hazardous waste management, including waste characterization, transportation, proper disposal, and recycling protocols for materials such as batteries, oil filters, and Ozone Depleting Substances (ODS). It mandates adherence to federal and state regulations, including EPA guidelines, ensuring all waste handling complies with applicable laws. Key tasks include regular inspections of storage locations, spill containment measures, documentation for waste tracking, and support for environmental audits. The contractor is also responsible for maintaining safety and housekeeping standards in hazardous waste areas and reporting any violations or hazardous conditions. Emergency response procedures for hazardous material spills and procedures for handling materials like asbestos, lead, and mold are stipulated, highlighting a commitment to safety and environmental protection. The document underscores the need for thorough operational oversight, adhering to regulatory frameworks while facilitating environmental stewardship in operations at the Technical Center.
    The document outlines the requirements for the Center Operations and Maintenance Services Contract focused on roads and surfaces at the William J. Hughes Technical Center for Advanced Aerospace. It details the scope of work, which includes the maintenance and repair of airside ramps, roads, curbs, sidewalks, and parking lots, ensuring compliance with specified standards. Key tasks consist of sweeping, excavation, grading, and various types of repairs such as crack sealing, pothole patching, and concrete maintenance. The contractor is responsible for providing necessary materials and must ensure quality and safety regulations are met, especially during traffic control and service calls. Preventive maintenance, recurring services, and emergency response efforts are also highlighted, ensuring continuous operational safety. This document serves as a reference for contractors applying for government contracts, emphasizing the critical need for adherence to safety codes and standards, reflecting the government's emphasis on infrastructure integrity.
    The Pest Control section of the Center Operations and Maintenance Services Contract at the William J. Hughes Technical Center delineates comprehensive pest control and entomology requirements. Contractors must implement Integrated Pest Management (IPM) techniques targeting various pest categories, including nuisance pests, structural pests, and vectors like mosquitoes. Key obligations include conducting thorough inspections, employing non-chemical control methods primarily, and ensuring environmentally safe pesticide applications while adhering to EPA and NJDEP regulations. Essential service parameters include notification protocols for potential pest issues, coordination with food service operations, and strict guidelines on pesticide storage, application, and disposal. The contractor is responsible for the timely resolution of pest infestations through scheduled recurring services and must conduct follow-ups to maintain pest-free conditions. Safety measures during fumigation are emphasized, requiring trained personnel and compliance with extensive safety protocols. The document reflects the government’s commitment to environmental stewardship and public health standards while outlining a structured framework for pest management in federal facilities.
    The contract SIR #692M15-24-R-00010 encompasses Center Operations and Maintenance Services (COMS) for the FAA’s William J. Hughes Technical Center. It will involve awarding a hybrid Firm-Fixed-Price (FFP), Time-and-Materials (T&M), and Cost-reimbursable Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a two-month transition and a total duration spanning 12 months plus six optional 12-month periods. The contract specifies guaranteed minimum service requirements and outlines the project management, preventive maintenance, and emergency service protocols. Task Orders, which detail specific services and pricing, will be issued throughout the contract's duration, with a focus on various FAA customer organizations. Key Personnel certifications, medical assessments, and hazardous material training must be provided by the contractor within specified time frames after contract award. The document details the structure, pricing schedules, and responsibilities relative to deliverables, including quality control expectations, invoicing procedures, and compliance with labor laws. It stresses the importance of maintaining confidentiality regarding sensitive government data. Overall, this contract initiative emphasizes operational efficiency and compliance, ensuring that necessary maintenance and responsive services are delivered at the WJHTC.
    The FAA Screening Information Request (SIR) 692M15-24-R-00005 outlines a pricing schedule and requirements for the William J. Hughes Technical Center's Advanced Aerospace Center Operations and Maintenance Services contract. Offerors are instructed to fill in specific pricing information across various tabs of a provided spreadsheet, focusing on a total amount for all yellow-highlighted cells. The document emphasizes the necessity for transparency in the data entered, including fixed burdened rates and categorization of labor types such as exempt or federally regulated. Offerors can propose additional labor categories but must follow the Time and Material (T&M) model for labor rates and fringe benefits. The pricing schedule spans multiple contractual periods, detailing supplies, services, and cost limits. The option periods range from 2026 to 2032, addressing different program management support services, preventive maintenance, and non-recurring services across various categories for multiple federal entities. The meticulous completion of this pricing model is crucial for compliance with federal grant requirements and the overall efficiency of contract management.
    The FAA Screening Information Request (SIR) 692M15-24-R-00010 outlines requirements for Offerors participating in a bidding process. It emphasizes the necessity for detailed cost breakdowns using a Firm Fixed Price (FFP) model for both the Base Period and multiple Options. Offerors must ensure that all Other Direct Costs (ODCs) include descriptions, as lack of detail can lead to exclusion from evaluations. The document specifies that certain labor categories cannot be escalated and mandates the reporting of overhead, General and Administrative (G&A), and profit/fee rates. Offerors are required to complete labor tables for various employee categories, including direct labor hours, leave entitlements, and fringe benefits. Moreover, it is mandated that calculations be rounded to two decimal places, ensuring clarity and transparency in pricing. This document serves as a guide for Offerors in preparing competitive bids that comply with federal requirements, thereby facilitating fair and thorough evaluations within the context of government RFPs.
    The document outlines the "PM Procedures, Instructions, and Trades in Archibus," detailing preventive maintenance (PM) procedures for various mechanical systems, including HVAC, electrical, and safety equipment. It is structured by categorizing tasks into various maintenance frequencies—monthly, quarterly, semi-annual, and annual— each with specific checklists and processes designed to ensure operational efficiency, safety, and compliance with regulatory requirements. Key tasks include lubricating components, checking electrical connections, inspecting for leaks, and cleaning equipment. Each section emphasizes the importance of completing work order data and coordinating with operating personnel to address deficiencies. The instructions focus on proactive measures, enhancing system durability and performance. This comprehensive approach to maintenance is intended to support federal, state, and local RFPs, ensuring that facilities maintain functionality and comply with safety regulations while mitigating potential risks. By following these established procedures, the government aims to uphold high maintenance standards across all operational systems, demonstrating commitment to safety and efficiency in public facilities management.
    The document serves as an attachment to a Request for Proposal (RFP) for Center Operations and Maintenance Services, specifically identified as SIR 692M15-24-R-00010. It outlines the requirements for an Offeror to provide detailed corporate experience information relevant to their qualifications. The section includes mandatory details such as the Offeror's name, address, and SAM UEI, along with contract identification components, including project titles, contract numbers, agency/customer information, and contract type. Furthermore, the Offeror is required to specify the duration and value of contracts, their role, the type of facilities serviced, and the scale of maintenance tasks and service calls undertaken annually. A narrative section is also mandated, which allows the Offeror to elaborate on their experience in accordance with the provided guidelines. Overall, this document is structured to solicit comprehensive and relevant experience data from potential contractors to assess their suitability for future operational maintenance contracts within governmental frameworks.
    The document outlines the procedures for a Past Performance Evaluation Survey as part of the Center Operations and Maintenance Services for the Federal Aviation Administration (FAA) under SIR 692M15-24-R-00010. It is primarily intended for Offerors seeking references for their performance on relevant projects completed within the last five years. Offerors must complete Part I of the survey, detailing their information and the reference's contact details, and send it to appropriate personnel for completion. Part II is completed by the respondents, who evaluate the Offeror based on various categories, including quality of service, timeliness, cost control, program management, and customer relationships. Respondents provide a rating from Outstanding to Unsatisfactory based on measurable indicators and must submit their evaluations directly to the FAA via email. The document emphasizes the importance of these evaluations in assessing vendors for a significant FAA acquisition by underscoring the need for accurate and well-supported assessments regarding contractor performance.
    The document outlines the draft Statement of Intent Request (SIR) for Center Operations and Maintenance Services, specifically designed for gathering questions and recommendations related to the Performance Work Statement (PWS) and other sections. It categorizes inquiries into PWS, SIR, and miscellaneous questions, each segment structured to solicit clarity and improve the proposal process. Key aspects include the need for precise guidelines and recommendations to enhance the comprehensibility and effectiveness of service delivery proposals. The purpose of this draft SIR is to facilitate collaboration between prospective service providers and the government by addressing any ambiguities and ensuring comprehensive submissions. The structured question format indicates a systematic approach to refining requirements and expectations from bidders, underscoring the government's commitment to achieving quality standards in operations and maintenance. The feedback gained from this draft aims to drive improvements and align expectations amongst stakeholders while adhering to federal and local government procurement protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    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.
    Aviation Research BAA 2025
    Transportation, Department Of
    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.
    AJW Portfolio-AJW Integrated Support Services (AISS), AJW Configuration Management Support (ACMS) and Business, Financial and Administrative Support (BFAS) Requests for Information
    Transportation, Department Of
    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.
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Transportation, Department Of
    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.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    Aircraft Maintenance Services for the MH-65
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide aircraft maintenance services for the MH-65 fleet at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The procurement involves planned depot maintenance every 48 months, including disassembly, cleaning, repair, repainting, and reassembly of the aircraft, with specific staffing requirements for various Aircraft Mechanic roles and Helpers. This contract is critical for ensuring the operational readiness of the USCG's aircraft and will be awarded as an Indefinite Delivery Requirements type contract with a one-year base period and up to four option years. Interested parties must submit proposals by December 4, 2025, at 3:00 PM EST, and can direct inquiries to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.