The Federal Aviation Administration (FAA) has a requirement for Second Level Engineering Services
ID: 6973GH-25-R-00028Type: Solicitation
Overview

Buyer

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

NAICS

Engineering Services (54133)

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 Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 10:00 PM UTC
Description

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 period of one year and four optional years, focusing on engineering, technical, and administrative support related to aviation equipment and systems. Contractors will be required to submit various reports and adhere to strict compliance standards, with an estimated maximum task order value of $50 million. Interested parties must register with the System for Award Management (SAM) and submit proposals by the specified deadlines, with all inquiries directed to Cilony Alejandro at cilony.alejandro@faa.gov.

Point(s) of Contact
Cilony Alejandro
cilony.alejandro@faa.gov
Files
Title
Posted
Mar 20, 2025, 9:08 PM UTC
The document outlines a government solicitation for contractor services involving engineering and technical support for the Federal Aviation Administration (FAA). It identifies the procurement of assistance in various areas, including contract management, technical support, travel reservation support, and administrative tasks. The contract is structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) with firm fixed price and cost reimbursable items, allowing for flexible task orders based on project needs. The solicitation specifies performance requirements, including a 30-day transition period before the contract begins, primarily at the Mike Monroney Aeronautical Center and other FAA facilities. The expected outcomes include skilled personnel and comprehensive management of aeronautical systems within the national airspace. Key elements include a series of Contract Line Item Numbers (CLINs) detailing pricing structures for different types of services and costs associated with direct expenditures like travel. It underscores the contractor's responsibility for personnel management, billing procedures, compliance with travel regulations, and adherence to executive orders relevant to federal contracts. This document is a crucial step in the competitive procurement process, ensuring that the FAA receives qualified services while outlining the expectations and requirements governing the contractor's performance.
Apr 7, 2025, 9:04 PM UTC
The document is a solicitation for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract issued by the FAA, specifically for providing management, technical, and administrative support services throughout the United States and internationally. The contractor will be responsible for a variety of tasks involving aeronautical systems and must adhere to outlined service requirements in the Statement of Work. The contract spans from a 30-day transition phase to a base year, followed by four additional one-year option periods, with an estimated maximum task order value of $50 million. Key responsibilities include contract management, engineering support services, travel arrangements, and fulfilling material requirements, with emphasis on compliance with FAA regulations. The pricing structure includes Firm Fixed Price, Time & Material, and Cost Reimbursable items, allowing for flexibility in service delivery. Additional provisions emphasize evaluation criteria for offers, mandatory processes for task order issuance, and administrative requirements related to contract performance and payment. The FAA retains authority over contract modifications and funding adjustments, ensuring efficient oversight and responsiveness to evolving project needs. Overall, the document outlines the framework for a comprehensive support system aimed at enhancing aviation operations and facility management.
Apr 7, 2025, 9:04 PM UTC
The document is an amendment to a solicitation and modification of a federal contract with the FAA, primarily addressing changes and clarifications regarding a Request for Proposal (RFP) for engineering services. Key revisions include the extension of proposal due dates and updates concerning submission requirements and evaluation criteria for contractors. Specific language has been adjusted to clarify font requirements for proposal documents and organizational tab structure. The amendment introduces several questions and answers regarding proposal elements like past performance evaluation, organizational management staffing, and cost proposal submissions. Additionally, it emphasizes the importance of professional labor compensation and clarifies requirements for financial capability through a line of credit. The overarching purpose is to ensure clarity and enhance competition for participating offerors, particularly small businesses, while maintaining standards for contracting and service delivery within the FAA's operational framework.
Apr 7, 2025, 9:04 PM UTC
The Statement of Work outlines the requirements for Second Level Engineering (SLE) services under the Federal Aviation Administration (FAA). SLE serves as the premier technical support group for the National Airspace System, supporting the safety of aviation operations across the U.S. and internationally. The contract focuses on providing engineering, technical, and administrative support related to aviation equipment and systems, with contractors operating primarily from FAA facilities in Oklahoma City and New Jersey but with potential remote positions. The period of performance includes a base year with four optional years, emphasizing flexible work schedules and necessary travel for contractor personnel. Contractors will also manage extensive training and coordinate responses for system modifications, technical support, and documentation needs. Financial operations concerning purchasing and travel are strictly regulated to ensure compliance with federal standards. Successful contract execution relies on the retention of qualified personnel, adherence to stringent safety protocols, and effective communication with FAA authorities. Overall, the SOW aims to enhance the FAA's operational capabilities through dedicated engineering support, highlighting the critical role of contract personnel in maintaining the safety and efficiency of National Airspace operations.
This document outlines the Contract Data Requirements List (CDRL) for a project under the purview of the Department of Defense, specifically pertaining to Second Level Engineering Services. The primary purpose is to mandate the contractor's submission of project status reports detailing various elements such as project number, title, status, employee personnel, and completion dates of assigned projects. The report is required to be submitted semi-annually after the contractor assumes full performance. It emphasizes that the contractor's format is acceptable for these submissions, which are directed to the Government Issuing Contracting Officer. The document serves as a formal requirement for data collection, ensuring accountability and monitoring of project progress while addressing the OMB's reporting burden estimates associated with the submission process. The structured approach facilitates clarity and consistency in reporting, essential in federal and state procurement contexts.
Apr 7, 2025, 9:04 PM UTC
The document outlines the Contract Data Requirements List (CDRL) related to a specific contract under the Department of Defense. It requires the submission of Ad Hoc Reports by the contractor, identified as "Second Level Engineering Services." The CDRL includes crucial information such as contract line item numbers, data item titles, contract references, and the requiring office. It mandates that reports be submitted as required and specifies that the contractor's format is acceptable. Each report's quantity will depend on requests from the requiring organizations. Additionally, it details logistical aspects such as submission frequency, necessary distribution copies, and approval information, highlighting a structured approach to compliance within federal contracting processes. The purpose of the CDRL is to standardize data collection for contract management and oversight.
Apr 7, 2025, 9:04 PM UTC
The provided document outlines the Contract Data Requirements List (CDRL) for a government contract involving NAS Engineering Services. It highlights the processes and obligations related to data submissions, particularly focusing on Activity Reports (Data Item No. A003). The document specifies that the contractor must submit monthly reports to the Contracting Officer's Representative (COR) by the 5th of the month following a full month of performance, ensuring compliance with the contract's standards as outlined in the associated Statement of Work (SOW). Key details include the obligations for data collection and submission frequency, while indicating that the contractor's format for reports is acceptable. The approval signatories and pertinent dates are also provided, reinforcing the formal nature of this contractual requirement. Overall, the document emphasizes the structured approach to oversight and accountability required for federal contracts, particularly in the defense sector.
Apr 7, 2025, 9:04 PM UTC
The document outlines a Contract Data Requirements List (CDRL) for federal contracts, specifically addressing the submission of a "Contractor Roster." It includes essential details such as the required frequency of submission, which is quarterly, alongside instructions for including pertinent contract information and employee names. The reporting burden is noted as an average of 110 hours per response. Key entities involved include the Department of Defense and various offices, each requiring specific documentation as stipulated. The contract references and required statements are clearly indicated, as well as the roles of specified personnel responsible for preparation and approval. This procedural framework is essential for managing federal contracts and ensuring compliance with reporting standards, reflecting the government's emphasis on structured oversight in contracting practices.
Apr 7, 2025, 9:04 PM UTC
The document outlines the requirements for a specific data item, termed the Contract Data Requirements List (CDRL), concerning employee changes within a federal contracting context. It emphasizes the monthly reporting requirement where contractors must submit a list of employee modifications, including new hires, terminations, or name changes, in alphabetical order. The information must be submitted by the 5th of each month after a performance change occurs. The CDRL details essential elements like the contract line item number, required approvals, and the due date of the submissions, which are mandated by the Department of Defense. Moreover, the submission process is articulated, ensuring respondents direct completed forms to the appropriate contracting officer rather than the approving body. This document is a vital tool for tracking personnel changes, which may have implications for contract performance and compliance.
Apr 7, 2025, 9:04 PM UTC
The document is a Contract Data Requirements List (CDRL) related to a federal contract, specifically outlining the collection of information required for data item submission by contractors. It includes essential details such as the Contractor, Contract Reference, and the Data Item Number, along with instructions regarding submission dates and frequency. The CDRL indicates that the information is crucial for monitoring contractor performance and ensuring compliance with contract specifications, designating monthly submission of data after a designated start period. Key points also emphasize the estimated reporting burden, guidance on data collection procedures, and the validation requirements exempts penalties if submissions lack a valid OMB control number. This CDRL exemplifies the structured approach the government employs to gather necessary performance data from contractors, ensuring transparency, accountability, and regulatory adherence in federal projects. Overall, it serves as a compliance tool that facilitates effective management of contractual obligations.
Apr 7, 2025, 9:04 PM UTC
The document outlines a Contract Data Requirements List (CDRL) associated with a federal contract for "Second Level Engineering Services." The main purpose is to delineate the requirements for submitting a Quality Control Plan (QCP) as part of the contract fulfillment process. Key sections include identification elements such as the Contract Line Item Number, data item title, contractor details, and submission frequency. Specifically, the QCP is required once, and details regarding its submission format are to be advised by the contracting officer. It indicates a rigorous data collection process with an estimated 110 hours per response, focusing on compliance with standards set by the Department of Defense. Additionally, the document specifies reporting requirements including final submissions and subsequent reporting upon changes. Approvals are indicated by specific individuals within the organization, emphasizing a structured review and oversight process. Overall, it reinforces the requirements for contractors to maintain accountability and adherence to quality standards in federal projects.
The document appears to be a comprehensive compilation of data related to federal and state RFPs (Requests for Proposals) and grants, focused on funding opportunities and project specifications. It is structured in a fragmented manner, with various sections likely intended to represent diverse categories of proposals or grants available to state and local governments. The main topics involve specific financial resources, eligibility criteria, application processes, and compliance requirements for potential bidders or applicants. Central ideas highlighted include the importance of adhering to local regulations, the necessity of detailed planning for proposals, and the emphasis on safety and health protocols in project execution. The document underscores the government's commitment to transparency in funding and support for different initiatives while outlining best practices for potential applicants. Overall, the essence of the document communicates a clear message on navigating federal and state funding opportunities, ensuring compliance with established guidelines, and fostering a structured approach to project proposals within the stipulated frameworks. It serves as a vital resource for state and local agencies to effectively engage with government funding processes.
The document encompasses a government Request for Proposal (RFP) focused on obtaining services related to environmental assessment and hazard mitigation. It outlines the need for comprehensive surveys to identify hazardous materials in specific structures, with an emphasis on ensuring safety and compliance with regulations. Key topics include the procedures for conducting surveys, collecting data on potential environmental risks such as asbestos, lead, and microbial growth, and the importance of adhering to federal and state guidelines during remediation processes. Supporting details highlight the significance of accurate assessments in mitigating health hazards and ensuring safe construction practices. The document stresses the need for qualified contractors to execute the work effectively and emphasizes coordination with local authorities throughout the project. This RFP serves as a framework aimed at protecting public health while facilitating necessary renovations in affected areas.
The document outlines labor categories and pricing rates associated with government contract DTFAAC-17-R-00106, including provisions for fixed and time & material pricing across multiple option years. It details labor rates for various positions, such as engineers, technical managers, and support staff, specifying hours and rates applicable for each labor category in the base year and subsequent option years. Each labor category is associated with specified estimated total hours and costs, emphasizing the structure necessary for budgeting and resource allocation in federal projects. The proposed pricing escalates annually, factoring in overhead, general and administrative expenses, and profit margins to determine fully burdened rates for labor. This document is critical for government agencies, contractors, and stakeholders in understanding labor costs and compliance requirements for federally funded projects, aligning with the RFP process for transparency and fiscal responsibility.
Apr 7, 2025, 9:04 PM UTC
The document presents a detailed overview of labor categories and rates related to federal government Request for Proposals (RFPs) for the contract DTFAAC-17-R-00106. It outlines various labor categories including Contract Managers, Engineers, Information Security Specialists, and other technical and administrative roles, with specified hours and associated costs for each category across different option years. The proposed labor rates include a direct labor rate ranging from $50.00 to $73.03, depending on the skill level and complexity of the roles. The report is structured around two Contract Line Item Numbers (CLINs) – a Fixed Price contract and a Time & Material contract, highlighting the total evaluated price for each. The use of fully burdened labor rates integrates factors such as overhead, general and administrative costs, and profit margins, ensuring a comprehensive approach to financial planning. This document serves as a crucial reference for process transparency and budgetary considerations within government contracting, ensuring compliance with federal requirements while facilitating the operational needs of associated agencies and contractors.
The document outlines the proposed labor categories and rates for federal government contracts, specifically under the solicitation DTFAAC-17-R-00106. It details various labor classifications, their associated hours, and rates across multiple contract line item numbers (CLINs) for the base year and four option years. The rates range from firm fixed prices to time and materials, with specified roles including management, engineering, IT specialists, and technicians, alongside their varying hourly rates and total evaluated prices. The structured format includes an overview of the proposed labor rates per labor category for each contract period, highlighting estimated total hours, overhead costs, general and administrative expenses, and profit margins. The continuous escalation rate reflects an annual increase in rates, aiming to maintain competitive compensation for labor throughout the project's duration. The overarching purpose of this procurement is to provide a clear and organized pricing framework to ensure compliance and effective budget management for governmental contracting. Proper fiscal oversight and adherence to federal procurement guidelines are emphasized throughout the document.
Apr 4, 2025, 9:04 PM UTC
The document outlines a pre-proposal conference for the Screening Information Request/Request for Offer (SIR/RFO) 6973GH-25-R-00028, focused on Second Level Engineering Support Services. The proposal is exclusively for certified Socially and Economically Disadvantaged (SEDB) 8(a) companies, requiring submissions via email due by specific amendments on March 20, 2025. It follows a two-phase evaluation process, with only the highest-rated offeror progressing to Phase II. Key elements include a contract term of one year with four optional renewal years, and compliance with the Service Contract Act. Proposals must be prepared according to detailed guidelines in Section L, and questions must be submitted in a timely manner. The document emphasizes that verbal statements during the conference are not binding, and all communications must go through the appointed contracting officer. It indicates that amendments to the SIR/RFO will be forthcoming to clarify requirements and procedures, highlighting the necessity for all vendors to understand the solicitation requirements thoroughly.
Mar 20, 2025, 9:08 PM UTC
The document outlines the equivalent rates for a variety of federal job positions as identified in the AMS 3.6.2-29 statement. It details compensation for roles such as Contract Manager and Technical Manager, both at $70.19 per hour, down to various engineering and technical positions where hourly rates range from $27.29 for entry-level technicians to $59.67 for senior specialists. There are multiple tiers for each role, indicating increasing levels of experience and responsibility, with distinctions made for titles across disciplines including engineering, information technology, project management, and administrative support. The rates reflect the government’s effort to standardize compensation for federal hires, providing a guideline for budgeting in federal grants and contracts. This structured information aims to facilitate planning and transparency in federal contracting processes, ensuring equitable pay for varying qualifications and expertise within the public sector workforce.
Similar Opportunities
Second Level Engineering Support Services for AJM-2 at the William J Hughes Technical Center for Advanced Aerospace
Buyer not available
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.
E-Learning Platform
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for a comprehensive suite of eLearning services to support the training needs of its 70,611 employees and contractors. The contract will cover a one-year base period with the option for four additional one-year extensions and a six-month extension, totaling a maximum of five-and-a-half years. These eLearning services are critical for enhancing employee training in areas such as business skills, IT training, leadership development, and legal compliance, all while ensuring compliance with FedRAMP requirements. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Warren Connley at Warren.E.Connley@faa.gov.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals 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 addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.
SOLICITATION: Overhaul and repair of Rotary Couplers
Buyer not available
The Department of Transportation's Federal Aviation Administration (FAA) is soliciting proposals for the overhaul and repair of rotary couplers used in various radar systems critical to air traffic control. The procurement involves refurbishing FAA-owned rotary couplers, ensuring compliance with Original Equipment Manufacturer (OEM) standards, and includes a base year with four optional one-year periods for additional work. These rotary couplers are vital components in maintaining safety within the National Airspace System, as they represent a single point of failure for radar systems. Proposals are due by email by April 30, 2025, at 2:00 PM Central Time, and interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further information. All offerors must be registered in the System for Award Management (SAM) prior to award.
The Annual Maintenance & Engineering Support for Aircraft Cabin Research & Safety Management Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide annual maintenance and engineering support for the Aircraft Cabin Research Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM) located in Oklahoma City, Oklahoma. The procurement aims to establish a five-year contract, beginning in June 2026, to ensure compliance with Original Equipment Manufacturer (OEM) specifications while delivering technical, engineering, and administrative assistance for the simulator's repair and maintenance. This facility plays a crucial role in advancing aircraft cabin safety through research and technological improvements, necessitating effective communication and collaboration with equipment manufacturers and governmental organizations. Interested parties must submit their responses to the Request for Information by 3:00 PM Central Time on April 21, 2025, and can direct inquiries to Kimberly Sites at kimberly.sites@faa.gov.
Pedestal Main Bearing
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified suppliers to provide four ARSR-2 Pedestal Main Bearings, as outlined in solicitation number 6973GH-25-Q-00091. The procurement includes specific requirements for manufacturing the bearings, which must adhere to federal regulations and quality standards, including compliance with the Buy American Act. These bearings are critical components for aviation equipment, ensuring operational integrity and performance within the FAA's systems. Interested vendors must submit their bids by April 25, 2025, at 2 PM, and are required to be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, potential bidders can contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
QNA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas, with a focus on enhancing the infrastructure at the Air Route Surveillance Radar (ARSR) site. The project involves the excavation and removal of existing materials, installation of new pavement, disposal of unused poles, and the setup of a powered gate system, all while adhering to safety and environmental regulations. This initiative is crucial for improving vehicular accessibility and safety at a key FAA facility, with an estimated contract value between $250,000 and $500,000, specifically set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 22, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
Federal Aviation Administration’s National Test Equipment Program (NTEP) Test Equipment (TE) Calibration
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals for the National Test Equipment Program (NTEP) to provide calibration services for FAA-owned Test Equipment (TE). The objective of this procurement is to ensure that all TE remains within specified calibration intervals, supporting the operational reliability of the National Airspace System (NAS). This contract will be awarded as an Indefinite Delivery/Indefinite Quantity type, with a base period of one year and four optional one-year periods, emphasizing the importance of maintaining high operational standards through meticulous calibration services. Interested parties must submit their technical and cost proposals electronically by 5:00 P.M. CST on April 18, 2025, and all inquiries should be directed to Gilbert Park at gilbert.n.park@faa.gov by March 28, 2025.
Security Systems Maintenance Request for Information
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a Market Survey to identify potential vendors for a Security Systems Maintenance contract. This contract will involve providing corrective maintenance for security equipment across approximately 631 FAA-staffed facilities throughout the United States and its territories, including Guam, Puerto Rico, and Hawaii. The services sought are critical for maintaining the integrity and functionality of various security subsystems, such as access control, intrusion detection, and video management systems, which are essential for national air traffic safety. Interested parties must submit their responses, including a Capability Statement and any relevant certifications, by 9:00 AM ET on April 22, 2025, to the designated contacts, Krystal Au and Patricia Petersky, via email.
Delivery of Firm Load Following Electric Supply Service
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals for the delivery of firm load following electric supply services to the William J. Hughes Technical Center located at the Atlantic City International Airport in New Jersey. The procurement includes a range of services such as electric energy, ancillary services, and compliance with various regulatory charges, with the contract period spanning from June 1, 2025, to May 31, 2026. This initiative is crucial for ensuring a reliable and compliant electricity supply for federal operations, adhering to New Jersey's Renewable Portfolio Standards and other regulatory requirements. Interested offerors must submit their proposals via email by April 23, 2025, and are encouraged to direct inquiries to primary contact Hilda Gonzalez at Hilda.Gonzalez@faa.gov or secondary contact Carolyn R. Myers at Carolyn.R.Myers@faa.gov.