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) has announced the cancellation of Solicitation No. 6973GH-25-R-00028, which was intended for Second Level Engineering Services. This procurement aimed to establish an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for engineering, technical, and administrative support services, primarily at the Mike Monroney Aeronautical Center in Oklahoma City, with a maximum task order value of $50 million. The cancellation is deemed to be in the best interest of the FAA, and no awards will be made under this solicitation; any future requirements will be addressed under a new solicitation number. For further inquiries, interested parties may contact Cilony Alejandro at cilony.alejandro@faa.gov.

    Point(s) of Contact
    Cilony Alejandro
    cilony.alejandro@faa.gov
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) has issued Solicitation No. 6973GH-25-R-00028 for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for engineering, technical, and administrative support services. The contract includes a 30-day transition period, a base year, and four one-year option periods. Services will primarily be performed at the Mike Monroney Aeronautical Center in Oklahoma City, with nationwide and occasional international requirements. The contract features Firm Fixed Price (FFP), Time & Material/Labor Hour (T&M/LH), and Cost Reimbursable line items, with a maximum task order value of $50,000,000. Key aspects include personnel substitution policies, travel reimbursement in accordance with Federal Travel Regulations, and provisions for special labor (e.g., consultants, overtime) and other direct costs (ODCs) such as materials and travel. There are also clauses addressing emergency situations, government property, incremental funding, organizational conflicts of interest, and adherence to Presidential Executive Orders.
    The document is a solicitation for an Indefinite Delivery/Indefinite Quantity (ID/IQ) Time & Material/Labor Hour (T&M/LH) contract with Firm Fixed Price (FFP) and Cost Reimbursable line items for engineering, technical, and administrative support services for the FAA's National Airspace System (NAS) equipment across the U.S. and overseas. The contract includes a 30-day transition period, a base period from July 2025 to June 2026, and four one-year option periods. The maximum task order value is $50,000,000, with a minimum obligation of $10,000. Key clauses cover inspection, performance locations (primarily Oklahoma City and Egg Harbor Township), personnel substitution, voucher procedures, incremental funding, and special requirements for consultants and travel. It also addresses compliance with Presidential Executive Orders issued after January 20, 2025.
    This document is Amendment 0001 to Solicitation No. 6973GH-25-R-00028, issued by the FAA Aeronautical Center. Its purpose is to revise the original solicitation for the AAQ-740 Training & Aviation Acquisition. Key changes include updating Sections L&M instructions and evaluation criteria, extending the proposal due date to April 25, 2025, at 5:00 P.M. CT, incorporating Questions and Answers, and replacing Attachment J.4. The amendment clarifies submission requirements, font usage, page limits, and evaluation processes, including past performance and risk assessment. It also addresses specific questions regarding labor categories, contract value, and competition for 8(a) firms.
    This document is Amendment 0002 to Solicitation 6973GH-25-R-00028, issued by the FAA Aeronautical Center. The amendment extends the proposal due date to April 30, 2025, at 5:00 P.M. CT. Key revisions include changes to Section L.10 (Table L.1) to exclude title pages, tables of contents, and evaluation matrices from page counts, and revisions to Section M.1 language. Additionally, the amendment incorporates a series of Questions and Answers (Q&A) addressing various aspects of the solicitation. These Q&As clarify proposal content requirements, page limitations, font sizes, documentation for pricing, and evaluation criteria, such as the significance of Technical Factor 3 (Staffing Plan). All other terms and conditions of the original solicitation remain unchanged.
    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 document outlines a federal Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract involving engineering and technical support services for the Federal Aviation Administration (FAA). The contract, with an initial transition period of 30 days, followed by a base year and four optional subsequent years, specifies that the contractor will furnish management, personnel, and resources necessary for services related to aeronautical systems. Key components include the provision of technical, administrative, and engineering support, particularly in areas like contract management, engineering labor, and materials acquisition. The contract's structure allows for task orders based on the FAA's needs, with a maximum value of $50 million per task order. Specific tasks and pricing structures are categorized into various Contract Line Item Numbers (CLINs), with additional provisions for unique engineering or technical consultant services when specialized skills are required. Safety guidelines related to emergency procedures and proper documentation for invoicing are emphasized. The contractor’s responsibilities also include complying with federal regulations on travel, pricing adjustments for labor rates, and making personnel substitutions as necessary. This RFP emphasizes efficient service delivery to support critical FAA operations while maintaining compliance with regulatory requirements.
    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.
    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.
    The document is an amendment to a federal solicitation related to a proposal, specifically modifying the due date and providing clarifications on the contents of submission requirements. The proposal deadline is extended to April 30, 2025, at 5:00 PM CT. Key revisions include exclusions from page count for certain sections, such as title pages and tables of contents, and clarifications regarding font requirements. Additionally, it outlines a series of questions and answers that provide guidance on proposal content, including the allowance for a 15-page narrative and reaffirming the importance of including supporting documentation in the pricing proposal. The amendment also emphasizes that all terms and conditions not altered by this document remain in effect. It highlights critical revisions related to the evaluation of proposals and directs that financial documents must not be altered except to fill in required information. Overall, this amendment serves to clarify and facilitate the proposal process for prospective contractors, ensuring a fair and organized submission environment in line with federal contracting regulations.
    The Federal Aviation Administration (FAA) is seeking engineering services and technical support for its Operations Support Second Level Engineering (SLE) Groups, which are the agency's subject matter experts for National Airspace System (NAS) systems and equipment. The Statement of Work (SOW) outlines requirements for a contractor to provide personnel for engineering, technical, and administrative support, impacting the safety of the flying public. The contract includes a base period and four one-year options. Key areas of support include contract management, technical management, purchasing, travel reservation, shipping/receiving, and various engineering functions like modification, documentation, software/hardware engineering, direct field support, and installation support. Personnel must be proficient in Microsoft Office and possess excellent communication skills. The SOW details work schedules, holiday policies, telework, travel, overtime, purchasing guidelines, training, and personnel requirements, emphasizing safety, compliance, and efficient operations within the NAS.
    This document, a Contract Data Requirements List (CDRL), outlines the reporting requirements for "SECOND LEVEL ENGINEERING SERVICES" under contract line items 0006, 1006, 2006, 3006, and 4006. The contractor is required to submit semi-annual "STATUS OF PROJECT ASSIGNMENTS" reports. The first report is due on the 15th of the month at the start of the Period of Performance (POP), after assuming full performance, with subsequent reports due on the 15th of specific, yet-to-be-determined months until contract expiration. These reports must include project number, title, status, employee names, and completion dates for all assigned projects. The contractor's own format is acceptable. This CDRL ensures regular oversight and status updates on engineering project assignments for the requiring office, AJW-1, and was prepared by Richard Pak and approved by Chris Trubizi on January 10, 2025.
    The Contract Data Requirements List (CDRL) specifies ad hoc reports as a deliverable for "SECOND LEVEL ENGINEERING SERVICES." The document, approved by OMB, outlines data item A002, titled "AD HOC REPORTS," which falls under various Contract Line Item Numbers. These reports are required "AS REQ'D" by the requiring organization (AJW-1) and will be submitted in a contractor-acceptable format. The frequency of submissions and the total number of reports are dependent on the number of requests made by the requiring organizations. Dates for first and subsequent submissions are based on the requiring organization's requests. The CDRL also details distribution to the COR and requiring organizations, emphasizing that the number of reports will fluctuate based on demand. Richard Pak and Chris Trubizi approved this document on January 10, 2025.
    This Contract Data Requirements List (CDRL) outlines the requirement for NAS Engineering Services to submit
    This government file, a Contract Data Requirements List (CDRL), details the requirements for a Contractor Roster. This roster, identified as Data Item A004, is required quarterly, with the first submission due within 30 days after the period of performance (POP) start date. Subsequent reports are due on the 15th of the following month, every quarter until the end of the POP. The report must include the date of the report, the contract number, the dates of the three-month access period, and an alphabetical list of contract employees. The contract format is acceptable, and the data is to be distributed to AJW-1/COR and AMC-700/SECURITY. This document is crucial for tracking contractor personnel and ensuring compliance with contract terms.
    The Contract Data Requirements List (CDRL) outlines the "EMPLOYEE CHANGES" data item (A005) for "SECOND LEVEL ENGINEERING SERVICES." This report, required monthly, tracks employee additions, deletions, and name changes, with the first submission due after full performance is assumed, and subsequent reports due on the 5th of each month. The report must be alphabetized and include the report date, reporting month, and employee changes. Contractor format is acceptable. The requiring office is AJW-1/AMC-700, with distribution to AJW-1/COR and AMC-700/SECURITY. The document emphasizes the importance of accurate and timely reporting for personnel management within the contract.
    This Contract Data Requirements List (CDRL) outlines the requirements for a Contractor's Financial Status Report (CFSR) for "Second Level Engineering Services." The report, identified as Data Item A006, is required monthly, with the first submission due 30 days after the Period of Performance (POP) begins, and subsequent reports due on the 15th of each month thereafter until the POP end date. The authority for this data item is SOW 8.6, and the requiring office is AJW-1. Distribution of the final report is to AJW-1/COR. The contractor's own format is acceptable for the report. The document was prepared by Richard Pak and approved by Chris Trubizi on January 10, 2025.
    The Contract Data Requirements List (CDRL) outlines the requirement for a Quality Control Plan (Data Item A007) for "SECOND LEVEL ENGINEERING SERVICES." This document specifies that the plan is due upon assuming full performance of the contract, with subsequent reports required per the Contracting Officer's instructions or when changes occur. The contractor is permitted to use their own format. The requiring office is AAQ-740/AJW-1, and distribution includes AAQ-740/CO and AJW-1/COR. The CDRL also includes administrative details such as estimated public reporting burden and contact information for queries. The document was prepared and approved on January 10, 2025.
    The document outlines a comprehensive project focused on infrastructure upgrades, likely for a government facility, given its context within RFPs and grants. It details various components of the project, including improvements to mechanical, plumbing, and fire suppression systems, as well as addressing hazardous materials like asbestos and lead-based paint. The file emphasizes adherence to standards, safety protocols, and regulatory compliance. Key aspects include environmental assessments, demolition, installation of new equipment, and maintenance accessibility. The document also lists specific tasks and deliverables, indicating a structured approach to modernizing facilities while prioritizing safety and environmental considerations.
    This government file, likely an RFP or grant document, outlines specific requirements for various services and supplies. It includes sections detailing general conditions, specific service requirements, and a list of deliverables with associated costs. Key areas covered appear to be related to IT services, infrastructure, and general supplies. The document emphasizes compliance with set standards and details procedures for various tasks, including data management and reporting. It also includes a schedule of items and prices, indicating a clear procurement objective with itemized costs for different components of the project. The overall purpose is to solicit proposals or bids for these specified goods and services, ensuring all requirements are met.
    This document, "Attachment 5 Labor Categories and Rates DTFAAC-17-R-00106," details the proposed labor categories and associated rates for a government contract, likely a federal RFP. It outlines a base year and four option years (Option I, II, III, IV) for both Firm Fixed Price (CLIN X001/10001) and Time & Material (CLIN X002/10002) labor. While the overall totals for each CLIN and option year are listed as zero, there is a "Direct Labor Rate" provided at $50.00, escalating to $73.03 over the periods, with a total of $100,777.95. The document extensively lists various labor categories under both CLIN types, including managers, technicians, engineers (Levels 1-4), computer scientists (Levels 1-4), information security specialists (Levels 1-4), database administrators (Levels 1-4), IT specialists (Levels 1-4), program/project planners (Levels 1-3), engineering draftsmen (Levels 1-3), engineering technicians (Levels 1-4), ground support/general technicians (Levels 1-3), EOSH specialists (Levels 1-3), procurement analysts (Levels 1-3), configuration management specialists (Levels 1-4), QA/process improvement specialists (Levels 1-4), technical publications editor/writers (Levels 1-3), administrative operations specialists (Levels 1-3), property specialists (Levels 1-3), financial specialists (Levels 1-4), student trainees (Levels 1-3), videographers (Levels 1-3), senior technical advisor, and administrative specialist. For each category, estimated total hours are provided, but the calculated costs for overhead, G&A, profit, fully burdened labor rate, and total are consistently listed as zero. An example calculation for "Fully Burdened Labor Rate" with 30% OH (Fringe), 5% G&A, and 7% Profit is also included, indicating the methodology for calculating these costs. The document appears to be a template for a labor rate proposal where specific financial figures for each labor category need to be filled in for each period.
    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 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.
    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.
    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
    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.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    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.
    Kessel Run PRIME RFI - CANCELLED
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has announced the cancellation of the Kessel Run PRIME acquisition strategy, previously known as “ASCEND.” This program, which focused on Platform, Resources, Infrastructure, Management, and Engineering, will no longer require continued development, indicating a shift in procurement priorities. The cancellation reflects the evolving needs within the defense sector for custom computer programming services, particularly in IT and telecom platform support. For further inquiries, interested parties may contact Kevin Rivera at kevin.riverarosado.2@us.af.mil or Desmond Awadzi at desmond.awadzi@us.af.mil.
    Cancellation of W58RGZ-26-R-0007
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, has issued a special notice regarding the cancellation of the procurement opportunity titled W58RGZ-26-R-0007. This opportunity was related to the manufacturing of helicopter rotor blades, drive mechanisms, and components, classified under the NAICS code 336413. The cancellation indicates that there will be no further requirements or solicitations for this specific procurement. For any inquiries, interested parties may contact Aysia Young at ayisia.l.young.civ@army.mil or by phone at 520-851-9942, or Edward A. Peterson at edward.a.peterson4.civ@army.mil or by phone at 256-313-8529.
    RTWS Cancellation (Partial) for NDW Professional and Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a special notice regarding the partial cancellation of the RTWS Cancellation contract for professional and engineering support services. This procurement was aimed at providing program management, engineering, and specialized support for initiatives executed by the Air Force Nuclear Weapons Center - Secure Storage Division. The contract modification, executed on August 12, 2025, resulted in a reduction of the total base and options value by $12,686,976.00, reflecting savings from unexercised contract line item numbers and those identified as unnecessary for future performance years. For further inquiries, interested parties should refer to the contact details provided in the official notice.
    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.
    FD2030-25-01108
    Dept Of Defense
    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.
    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.
    RTWS Cancellation (Partial) for NDW Professional and Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a special notice regarding the partial cancellation of the RTWS Cancellation contract for professional and engineering support services. This procurement was aimed at providing program management, engineering, and specialized support for the Air Force Nuclear Weapons Center - Secure Storage Division, although the specific Performance Work Statement (PWS) remains unreleased to the public. The modification executed on September 2, 2025, resulted in a reduction of the total base and all options value of the task order by $1,983,440.00 due to recognized savings from decreased labor requirements. For further inquiries, interested parties may need to monitor updates from the Department of Defense regarding this opportunity.