Contract Legal Instrument Examiner (CLIE) and Program Analyst (CPA) in Support of the Office of Aerospace Medicine’s (AAM) Airman Disability Case Review (AADCR) Project
ID: 6973GH-23-R-00022Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

PSC

MEDICAL- EVALUATION/SCREENING (Q403)
Timeline
    Description

    Solicitation from the Department of Transportation, Federal Aviation Administration is seeking Contract Legal Instrument Examiners (CLIEs) and Program Analysts (CPAs) to support the Office of Aerospace Medicine's (AAM) Airman Disability Case Review (AADCR) Project. The CLIEs and CPAs will analyze referred airman disability cases and provide recommendations based on their professional expertise and applicable medical flight standards, guidance, and procedures. The service is aimed at assisting in the review and evaluation of airman disability cases. For more details and qualification requirements, refer to the attached Performance Work Statement (PWS) and Solicitation 6973GH-23-R-00022. The place of performance is Oklahoma City, OK, USA. For further information, contact Heather Amaral at heather.a.amaral@faa.gov.

    Point(s) of Contact
    Similar Opportunities
    Aerospace Medical Research and Safety Management Technical Support Services
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to provide Aerospace Medical Research and Safety Management Technical Support Services for its Civil Aerospace Medical Institute (CAMI) located in Oklahoma City, Oklahoma. The procurement aims to identify capable 8(a) sources that can deliver staffing support, technical expertise, and project execution to enhance aeromedical research and safety assurance functions, including medical data analysis and toxicological assessments. This initiative is critical for advancing aviation safety through rigorous research and compliance with FAA standards, ensuring effective oversight of pilot medical-related human factors risks. Interested parties must submit their responses to the market survey by 5:00 p.m. Eastern Time on October 18, 2024, to the Contracting Officer, Andre Casiano, at andre.casiano@faa.gov.
    Separation Standards Analysis Technical Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking to award a Time and Material, Indefinite Delivery/Indefinite Quantity contract for technical support in Separation Standards Analysis to CSSI, Inc. This contract will involve engineering services that support research, testing, and validation of advanced aviation separation and airspace concepts, crucial for developing future airspace separation minima and ensuring the safety of the National Airspace System (NAS). The FAA has determined that CSSI, Inc. is the only firm with the necessary expertise to perform this critical work, which includes assessments related to emerging technologies and procedures in aviation safety. Interested parties can contact Maria Wells at maria.j.wells@faa.gov or call 609-485-6371 for further information, noting that this is a single-source procurement and not a request for proposals.
    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.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which includes both scheduled and unscheduled maintenance services for its fleet of Bombardier Challenger 600 series aircraft. The contract will be awarded as an indefinite delivery/indefinite quantity (ID/IQ) type, with a base performance period of one year and four optional one-year extensions, emphasizing the importance of timely maintenance to ensure operational readiness and compliance with FAA regulations. Interested contractors must possess a valid 14 CFR Part 145 Repair Station Certificate and are required to submit their proposals electronically by 3:00 p.m. Central Time on October 16, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov. The total estimated value of the contract is approximately $49.8 million over five years, and all inquiries must be submitted in writing by October 1, 2024.
    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.
    EPICS II
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to solicit contractor support services under the Enterprise Programs, Infrastructure, and Communications Services (EPICS) II initiative. This procurement aims to provide a comprehensive range of support for the FAA’s Communications, Information, Network Programs (CINP), Data Communications (DataComm) program, and the newly established Telecommunications Integrated Services Organization (TISO). The services required include system engineering, program management support, in-service management, business and financial management, information systems development, studies and evaluations, and administrative support, all of which are critical for the effective operation of FAA programs. Interested parties should note that the Draft Screening Information Request (SIR) QA responses are expected to be released by October 2, 2024, and can be found on SAM.gov. For further inquiries, contact Elizabeth H. Williams at elizabeth.h.williams@faa.gov.
    SERVOCYLINDER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of servocylinders used in flight control actuation systems. This firm fixed-price contract requires compliance with various standards, including the Buy American Act, and mandates unique identification (UID) for delivered items, ensuring adherence to governmental regulations and promoting competitive practices. The solicitation outlines detailed specifications, quantities, and procedural guidelines for offer submissions, emphasizing the importance of electronic processing via the Wide Area Workflow (WAWF) system for payment requests. Interested contractors can contact Anne Campbell at anne.campbell@us.af.mil or call 405-855-3710 for further information regarding the submission process and deadlines.
    C-5M CONTRACTOR LOGISTICS SUPPORT (CLS) IV PRESOLICITATION SYNOPSIS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the C-5M Contractor Logistics Support (CLS) IV contract, aimed at providing sustainment support for the C-5 fleet over a 5.5-year period. This contract will encompass a range of services including Supply Chain Management of C-5M parts, Line Replaceable Unit Repair, and Engineering Investigative/Technical Support, structured as a Cost-Plus-Fixed-Fee and Firm-Fixed Price Indefinite Delivery Indefinite Quantity contract. The contract is critical for maintaining operational readiness of the C-5 aircraft, with a sole source determination made for Lockheed Martin Aeronautics as the only responsible source. Interested parties are encouraged to monitor the SAM.gov website for the Request for Proposal (RFP) and should direct inquiries to Evan Williams at evan.williams.25@us.af.mil or Erica Martin at erica.martin.2@us.af.mil.
    Engineering Support Services - Commercial Derivative Aircraft
    Active
    Dept Of Defense
    The Department of Defense is seeking sources for engineering support services related to commercial derivative aircraft, primarily based in Oklahoma City. The focus is on providing recurring and non-recurring engineering services. The former includes systems engineering, evaluations, and integration, while the latter comprises engineering tasks, projects, and assignments. This contract is aimed at supporting the Air Force's engineering inquiries and requirements. The North American Industrial Classification System code is 541330, with a size standard of $47 million. The two broad categories of work are further outlined in Attachment SSS-ESS-24-0001. Qualified vendors will provide a range of services to the government, including systems engineering support, evaluation of modifications, and on-site incident investigations. The contract is expected to be monetarily awarded and will likely be a fixed-price arrangement. Interested parties should reach out to the primary point of contact, Cameron Burton, via email at Cameron.Burton@us.af.mil, for further clarification and questions. Vendors should be prepared to meet the eligibility criteria and submit their applications following the guidelines outlined in the attachment. The deadline for submissions is yet to be determined.
    Repair of Display Unit, Flight
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Flight Display Units under Solicitation Number FA8117-24-R-0014. The contractor will be responsible for disassembling, analyzing, troubleshooting, repairing, and testing the display units, ensuring they meet all operational specifications and are returned in a serviceable condition. This procurement is critical for maintaining the functionality of military aircraft systems, as the display units play a vital role in flight operations. Interested contractors should contact Cory Wilson at cory.wilson.1@us.af.mil or Tanner Mullins at tanner.mullins.1@us.af.mil for further details, with proposals due by May 31, 2024, following the recent amendment to the solicitation.