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

Buyer

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

NAICS

Engineering Services (54133)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

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

    The Federal Aviation Administration (FAA) is seeking qualified contractors to provide Second Level Engineering Services, primarily focused on supporting the National Airspace System. The procurement aims to deliver engineering, technical, and administrative support related to aviation equipment and systems, with contractors expected to operate from FAA facilities in Oklahoma City and New Jersey, while also managing training and system modifications. This contract is crucial for maintaining the safety and efficiency of aviation operations across the U.S. and internationally, with a performance period that includes a base year and four optional years. Interested parties should contact Cilony Alejandro at cilony.alejandro@faa.gov for further details regarding the 8(a) set-aside opportunity and submission requirements.

    Point(s) of Contact
    Cilony Alejandro
    cilony.alejandro@faa.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    AAQ_410-ATEPS_I Contract
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Special Notice for the AAQ410-ATEPSI Contract, which focuses on engineering services. The procurement aims to secure professional support in engineering and technical areas, crucial for enhancing aviation safety and efficiency. The work will take place in Washington, D.C., and is vital for the FAA's ongoing efforts to improve air traffic management systems. Interested parties can reach out to Lasondia R Draper at lasondia.r.draper@faa.gov or call 202-267-0976 for further details regarding this opportunity.
    Acquisition Services Contract (ASC) for Mike Monroney Aeronautical Center (MMAC) Acquisition Division
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the Acquisition Services Contract (ASC) to support the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City. This contract will provide non-personal acquisition services, including contract administration, solicitation preparation, cost analysis, and compliance with FAA Acquisition Management System (AMS) guidelines, aimed at enhancing the efficiency and safety of the National Airspace System. The services are critical for procurement planning and contract management, ensuring that the FAA meets federal regulations while promoting operational effectiveness. Interested parties can contact Janice K Hammonds at janice.hammonds@faa.gov or by phone at 405-954-7705 for further details regarding this opportunity.
    FAA DVT Sustainment Program
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the FAA DVT Sustainment Program, which focuses on the long-term support and modernization of Distance Measuring Equipment (DME), Very High Frequency Omnidirectional Radio Range (VOR), and Tactical Air Navigation (TACAN) systems. The procurement aims to ensure the operational resilience of these critical navigation systems, which are essential for aviation safety, particularly as many of these systems are over 30 years old. Contractors will be required to provide comprehensive program management, systems engineering, quality assurance, and training programs, with a contract duration of up to 20 years and a minimum guaranteed work order of $100,000. Interested parties can contact Richard J. Simons at richard.j.simons@faa.gov or Michael Jones at Michael.E.Jones01@faa.gov for further details.
    Test Equipment Repair and Calibration Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide Test Equipment Repair and Calibration Services. The procurement aims to ensure the serviceability of various measuring systems critical to the National Airspace System and other government agencies, involving tasks such as troubleshooting, repairing, and calibrating diverse test equipment like oscilloscopes and radar testers, while adhering to industry standards such as ISO-9001/IEC 17025. This opportunity underscores the FAA's commitment to maintaining operational efficiency and safety through specialized external resources, with a focus on quality control, data protection, and compliance with environmental regulations. Interested parties can contact Connie Houpt at connie.m.houpt@faa.gov for further information.
    E-Learning Platform
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for an E-Learning Platform aimed at enhancing the training capabilities for its workforce of over 70,000 employees and contractors. The contract, identified by solicitation number 693KA9-25-R-00002, will cover a comprehensive suite of eLearning services, including topics such as business skills, IT training, leadership development, and legal compliance, with a base period of one year and the potential for four additional one-year options and a six-month extension. This initiative underscores the FAA's commitment to improving employee training and operational effectiveness while adhering to federal guidelines, including FedRAMP compliance. Interested contractors should direct inquiries to Warren Connley at Warren.E.Connley@faa.gov, with proposals due by March 13, 2025.
    *IIJA* SOLICITATION: REPLACING THE MECHANICAL ROOM FLOORING POWER SERVICES BUILDING at the Federal Aviation Administration (FAA) Enroute facility, Seattle Air Route Traffic Control Center (ZSE).
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for a construction project to replace the mechanical room flooring at the Power Services building within the Seattle Air Route Traffic Control Center (ZSE). This project, funded under the Infrastructure Investment and Jobs Act (IIJA), aims to enhance FAA infrastructure by removing existing flooring and installing new low VOC epoxy flooring, while ensuring minimal disruption to normal operations and compliance with stringent safety and security protocols. The total estimated cost for this project ranges from $100,000 to $135,000, with sealed offers due by March 28, 2025, and a mandatory site visit scheduled for March 12, 2025. Interested contractors should contact Nina Musser at nina.j.musser@faa.gov or Samantha Pearce at samantha.a.pearce@faa.gov for further details.
    Dual Secondary Surveillance Radar Receiver
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for the procurement of a Dual Secondary Surveillance Radar Receiver. This opportunity aims to identify qualified vendors capable of supplying radar equipment that is crucial for air traffic management and safety operations. The radar system will play a vital role in enhancing surveillance capabilities within the aviation sector. Interested parties should reach out to Haylee Hildebrand at haylee.p.hildebrand@faa.gov for further details regarding this sources sought notice, which is categorized under NAICS code 334511 and PSC code 5840, with performance expected in Oklahoma City, Oklahoma.
    NETWORK PULSE FORMING
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking quotations for the procurement of a Pulse Forming Network as outlined in RFQ 6973GH-25-Q-00058. This opportunity requires contractors to provide manufacturing supplies that adhere to federal regulations, including compliance with the Buy American Act, and emphasizes the importance of domestic sourcing and product quality. The Pulse Forming Network is critical for the FAA's operational infrastructure, ensuring reliable performance in aviation systems. Interested contractors should direct inquiries to Haylee Hildebrand at haylee.p.hildebrand@faa.gov, and note that the RFQ is not a binding offer but a step in the contracting process, with specific clauses regarding quality assurance and payment processes included in the documentation.
    ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services. The primary objective of this procurement is to enhance flight-line readiness within the Naval Aviation Enterprise through comprehensive maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers located in the U.S. and Japan. This initiative is crucial for sustaining naval aviation operations, ensuring high operational standards, and compliance with Department of Defense requirements. Interested small businesses are encouraged to respond to this Sources Sought notice, with a total contract value anticipated to be around $474 million, and the RFP is expected to be released in early 2025. For further inquiries, interested parties may contact Sarah Metcalf at sarah.e.metcalf2.civ@us.navy.mil or Beverly Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil.
    FD2030-25-01108
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, has issued a Special Notice for the procurement of aircraft engine and engine parts manufacturing services under the title FD2030-25-01108. This opportunity is focused on acquiring miscellaneous aircraft accessories and components, which are critical for maintaining and enhancing the operational readiness of military aircraft. Interested vendors should note that further solicitation details will be provided once approved by the contracting officer, and they can direct inquiries to the primary contact at 421SCMS.Requirements@us.af.mil for additional information.