Aerospace Medicine Specialist Physician - Flight Medicine
ID: FA301625Q6053Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the position of an Aerospace Medicine Specialist Physician (Flight Surgeon) to be based at Fort Cavazos, Texas. The procurement aims to provide essential medical evaluations, certification actions, and risk assessments to ensure personnel fitness in compliance with military medical standards. This contract is critical for maintaining operational readiness and health standards for aerospace personnel, reflecting the government's commitment to high-quality medical support. Interested vendors must submit their quotes electronically by March 19, 2025, and can reach out to Robert T. Brown at 210-854-2680 or via email at Robert.brown.182@us.af.mil for further inquiries.

    Files
    Title
    Posted
    This document outlines various for FAR (Federal Acquisition Regulation) and DFARS (Defense Federal Acquisition Regulation Supplement) clauses that are incorporated by reference or in full text within contracts relevant to federal government requests for proposals (RFPs) and grants. It identifies clauses concerning contractor responsibilities, whistleblower protections, privacy regulations, and requirements for system maintenance, including electronic invoicing and reporting. Specific clauses related to small business utilization, labor standards, and environmental compliance are highlighted. Additionally, the document outlines terms for the ordering, limitations, and performance aspects of contracts, particularly related to indefinite quantity contracts. Emphasis is placed on complying with federal laws regarding telecommunications, labor, and operational safety. The purpose of these clauses is to ensure adherence to legal standards and improve contract administration in alignment with government acquisition policies. This contract stipulates obligations for the contractor while promoting transparency and accountability in government contracting.
    The document outlines a federal Request for Proposal (RFP) for Aerospace Medicine Physician (Flight Surgeon) Services, specifying a contract period beginning April 25, 2025, through March 31, 2026, with options to extend for three additional years. Each year's contract includes a total of 1,912 labor hours compensated at a specified hourly rate, although specific figures are not provided in the attachment. Multiple payments are authorized under the contract, which is vital for maintaining continuity in medical services. The structure of the document categorizes each contract year with distinct CLIN (Contract Line Item Number) numbers and emphasizes adherence to a Performance Work Statement. This RFP seeks to ensure the provision of specialized medical support for aerospace personnel, reflecting the government's strategic need to maintain skilled personnel in critical health roles for operational readiness.
    The Performance Work Statement (PWS) outlines the contract needs for an Aerospace Medicine Physician/Flight Surgeon at the Defense Language Institute-English Language Center (DLIELC) in Joint Base San Antonio, Texas. The purpose is to support the Flight Medicine and Physical Standards Branch, ensuring adherence to military medical standards and conducting evaluations related to aeromedical programs. The contract emphasizes that the individual will have a personal services contract with day-to-day supervision from military personnel. Key services include medical evaluations, certification actions, and risk assessments for personnel fitness. The position requires specific credentials, including an M.D. or D.O. degree, board certification in Aerospace Medicine, and a valid medical license. Emphasis is also placed on compliance with government regulations, quality control, and producing relevant documentation. Operational hours are Monday to Friday, and flexible arrangements may be made. The contractor is responsible for providing qualified personnel while adhering to security, conflict of interest, and HIPAA regulations. The document details government-furnished resources and the contractor’s obligations to maintain high performance standards and facilitate communication with government personnel. Overall, this PWS ensures that the selected individual will meet the rigorous standards of military healthcare and operational readiness.
    The document outlines the "Past Performance List of References" required for an RFP regarding Aerospace Medicine Physician (Flight Surgeon) services, identified by the contract number FA301625Q6053. The structure consists of two pages designed to collect comprehensive details about the contractor’s past performance, including various contractual obligations they have met either as a prime contractor or a subcontractor. Key sections inquire about companies’ past contracts, description of work performed, contracting agency contacts, and contract values, requiring specifics about full-time equivalents (FTEs) and contract periods of performance. Additionally, the second page focuses on detailing roles and functions of any subcontractors, affiliates, or joint ventures involved, seeking information about cost splitting and the percentage of work completed by these entities. The purpose of this document is to evaluate the qualifications and reliability of bidders in the context of government contracting, emphasizing the necessity for detailed accountability in past projects to ensure the quality of future services and compliance with federal requirements. This focus on past performance is critical in determining contractor suitability for federal grants and RFPs.
    The document is a Past and Present Performance Questionnaire designed for the evaluation of contractors engaged with a government agency. It is critical for source selection in response to federal contracts, highlighting the importance of past performance in granting new contracts. The questionnaire requires detailed contractor information, including points of contact and project descriptions, as well as the type of contractor engagement, such as prime contractor or subcontractor. Respondents are asked to evaluate various performance metrics on a scale of 1 to 5, covering areas such as management effectiveness, quality control, problem identification, and adherence to schedules. Additionally, it includes questions regarding past issues like cure or show cause notices and whether the respondent would award future contracts to the contractor. This evaluation process emphasizes accountability and quality assurance in government contracting, ensuring that contractors can consistently meet or exceed contractual requirements. The overall aim is to gather relevant performance information to support informed decision-making in future contract awards.
    The Request for Quote (RFQ) FA301625Q6053 is issued by the HQ Air Education and Training Command Surgeon General (HQ AETC/SG) for the procurement of an Aerospace Medicine Physician (Flight Surgeon) under commercial item standards. This RFQ is exclusively for small businesses, requiring vendors to submit their best quotes without further negotiation. The evaluation process will consider price, technical capabilities, and past performance, emphasizing a comprehensive approach to both affordability and quality. Quoters must submit their responses electronically by March 19, 2025, and acknowledge any amendments. The RFQ specifies that the quote must include a detailed technical volume addressing personnel qualifications and operational methodologies within a 25-page limit. Furthermore, vendors must provide past performance information through designated attachments, ensuring that previous contracts reflect high-quality performance relevant to the government's needs. The award will be based on the best value, taking into account the overarching goal of delivering the greatest benefit to the government. Ultimately, the RFQ outlines stringent criteria for evaluation while establishing a clear timeline and procedural guidelines for quotes, ensuring that participating vendors are fully informed of requirements and expectations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Occupational Health Exams for Firefighters
    Buyer not available
    The Department of Defense, specifically the Army, is seeking a contractor to provide Occupational Health Examination Services for firefighters of the Vermont Air National Guard (VTANG). The procurement aims to ensure compliance with National Fire Protection Agency (NFPA) standards and Department of Defense Manual (DoDM) 6055.05, requiring services such as initial and annual physical exams, PFAS lab testing, and timely documentation of medical histories. This contract is crucial for maintaining the health and safety of military firefighters, with a performance period from April 1, 2025, to March 31, 2028, and options for extension. Interested small businesses must submit their quotations by March 7, 2025, and can direct inquiries to Kristen Lucey at kristen.lucey.2@us.af.mil or Felix Awoyemi at felix.awoyemi@us.af.mil.
    FY25 365th TRS Alpha Warrior Quad Bunker
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the acquisition of an Alpha Warrior Quad Bunker Training Facility, specifically designed to enhance physical training capabilities for the 365th Training Squadron at Sheppard Air Force Base in Texas. The project entails the engineering, furnishing, installation, and testing of a facility that includes four to six modified conex units, specialized fitness equipment, and necessary infrastructure, with a total area of approximately 5,600 square feet. This initiative is part of a broader effort to modernize training facilities for Air Force personnel, emphasizing sustainability and improved fitness training. Proposals are due by March 19, 2025, at 10:00 AM CDT, and interested vendors should direct inquiries to Casey Adams or Jamie Long before March 12, 2025. This opportunity is set aside for small businesses under the NAICS code 339920, and while funding is not currently available, the government reserves the right to cancel the solicitation without obligation for reimbursement of proposal costs.
    31st FW Aviano AB, Italy - LN Competent Physician Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Local National Competent Physician Services at Aviano Air Base, Camp Darby, and Ghedi Air Base in Italy. The procurement aims to deliver comprehensive Occupational Health Surveillance Services, including medical examinations, risk assessments, and health surveillance programs, in compliance with Italian regulations and U.S. federal standards. This initiative is crucial for ensuring the health and safety of local national employees working with the U.S. government, promoting economic opportunities for Women-Owned Small Businesses (WOSBs) in the process. Interested parties can reach out to Resi Santin at resi.santin@us.af.mil or Joshua Largent at joshua.largent@us.af.mil for further inquiries, with the contract encompassing five 12-month option periods and a potential six-month extension.
    Occupational Health Exams
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide annual occupational health examinations for technicians of the Washington National Guard. The contract, with a total award amount of $18,000,000, aims to ensure the health and safety of approximately 90 technicians exposed to workplace hazards, particularly in aviation and equipment maintenance fields. This initiative is critical for maintaining compliance with federal health and safety regulations, including OSHA and HIPAA, while promoting participation from small and women-owned businesses. Interested parties should contact Dennis Jutras at dennis.k.jutras.civ@army.mil or call 509-532-2874, with the performance period set from June 1, 2025, to March 31, 2026, and options to extend through March 2030.
    F35 Flight Training Simulator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the development of a dual-purpose flight and aerospace physiology training simulator tailored for F-35 training. This simulator must accurately replicate F-35 flight dynamics and include a functional cockpit equipped with real-world switches, high-fidelity visuals, and mixed reality capabilities, alongside compatibility with hypoxia training devices and monitoring systems. The procurement emphasizes the importance of advanced simulation technologies in enhancing pilot training and operational readiness. Interested vendors should contact 2d Lt Jalen Johnson at jalen.johnson.17@us.af.mil or 623-856-2730, or Sara E. Lackey at sara.lackey.2@us.af.mil or 623-856-3446 for further details regarding this Total Small Business Set-Aside opportunity.
    Remanufacture of B-1 Cylinder Assemblies (Bungees)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The procurement aims to restore these critical components to a like-new condition, ensuring compliance with stringent quality assurance standards and production schedules, with deliveries required every 30 days after receipt of order. This contract is vital for maintaining the operational readiness of the B-1 aircraft, which plays a significant role in national defense. Interested small businesses must submit their proposals by March 27, 2025, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jaqueline.West@us.af.mil.
    F-35 Fuel Stands
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of two F-35 Fuel Stands to be delivered to Naval Air Station JRB in Texas. The stands must adhere to stringent federal regulations and safety standards, including OSHA and USAF guidelines, with specifications emphasizing aluminum construction, modular design, and safety features such as self-adjusting stairs and slip-resistant flooring. These fuel stands are critical for maintaining operational readiness and safety in military aviation. Interested small businesses must submit their proposals, including shipping costs, by the specified deadline, and can direct inquiries to Emily Crotta at emily.crotta@us.af.mil or Todd Benner at todd.benner@us.af.mil.
    B3323 Fire Riser
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "B3323 Fire Riser" project at Goodfellow Air Force Base in Texas. This procurement involves the removal and replacement of a pre-action fire riser valve and associated piping, with a total project value under $25,000 and a completion timeline of 60 days from the start date, which is expected to be within 10 calendar days of contract award. The project is critical for maintaining fire safety infrastructure, ensuring compliance with safety and operational standards in government facilities. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by the specified deadlines and can direct inquiries to Ryan Ramjit at ryan.ramjit.2@us.af.mil or SrA Gonzalo Loaiza at gonzalo.loaizaalzate@us.af.mil for further information.
    Occupational Health Medical Surveillance Examination Services Onsite Delaware Army National Guard Installations
    Buyer not available
    The Department of Defense is seeking qualified vendors to provide Occupational Health Medical Surveillance Examination Services at onsite Delaware Army National Guard installations. The procurement aims to ensure the health and safety of personnel through comprehensive medical evaluations and screenings, which are critical for maintaining operational readiness and compliance with health regulations. This opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 621111 for Offices of Physicians (except Mental Health Specialists). Interested parties can reach out to Joseph Scarpa at joseph.scarpa6.civ@army.mil or 302-326-7365, or Amy Kline at amy.l.kline.civ@army.mil or 302-326-7349 for further details.
    SRP Bridge - Luke & Associates
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a sole-source bridge contract to Luke and Associates, Inc. for personal and non-personal services to support the Soldier Readiness Program (SRP) at William Beaumont Army Medical Center in Fort Bliss, Texas. This contract will provide 39 full-time equivalents (FTEs), including roles such as Physician Assistants, Pharmacists, and Medical Record Clerks, with an estimated total cost of $4,746,339.48 for an initial six-month period, including options for extension. The urgency of this procurement is underscored by the need to maintain continuity of critical healthcare services following the termination of the previous contract, as competition could lead to significant disruptions in healthcare for soldiers and civilians. Interested parties can reach out to primary contact Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil or secondary contact Troy Loge at troy.a.loge.civ@health.mil for further information.