Search Contract Opportunities

Second Level Engineering Support Services for AJM-2 at the William J Hughes Technical Center for Advanced Aerospace

ID: 692M15-25-R-00001 • Type: Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: May 2, 2025, 9:45 a.m. EDT

05/02/2025:The purpose of SIR 692M15-25-R-00001 AMEND 01 is to provide the FAA response to vendor questions submitted to the Screening Information Request (SIR) for Second Level Engineering (SLE) support services in support of the Federal Aviation Administration (FAA) Program Management Organization's (AJM-2).

As a result of the Q&A responses detailed in the FAA excel spreadsheet file titled SLE_QA Matrix_w FAA_Responses-Final' dated 05/01/25, the following SIR documents were revised:

  1. SIR 692M15-25-R-00001 (new doc AMEND 01)
  2. Attachment B-1 Pricing Schedule'
    • The 'Pricing Schedule' has been revised to remove reference to a Program Support LCAT.
    • Pricing Schedule' Tab B and Tab C have been updated to correct the misspelling of 'Engineer' labor category.
  3. Attachment C-1 Statement of Work'
  4. Attachment C-2 SOW Minimum Labor Category Qualifications'
  5. Attachment L-1 Corporate Experience Matrix'

The following additional attachments are provided with SIR Amendment 01:

  • SF 33. The SF 33 was inadvertently omitted with the initial SIR posting and is now provided. (See Q41).
  • A Microsoft Word version of Attachment L-2, Past Performance Evaluation Survey' is provided for utilization. No changes to this document were made. (See Q39).
  • A stand-alone Section K for Offeror completion, with a signature line included. Section K is embedded within the SIR document. For ease of completion and signature, a stand-alone PDF copy is being provided for utilization. This version of Section K must be submitted with proposal submission. (See Q40).

Amendment 01 to SIR 692M15-25-R-00001 hereby supersedes and replaces the initial SIR document in their entirety. It is the responsibility of the vendor to review the amended SIR documentation as well as any unchanged SIR documents to ensure adequate understanding of the SIR requirements.

Proposal submission remains the same; 1400 ET 05/12/2025.

__________________________________________________________________________________________________

4/28/2025:The purpose of this updated announcement is to revise the proposal due date. Proposals are to be submitted to the Contracting Officers noted in the SIR and are due no later than 05/12/2025 at 2:00 PM Eastern Time. No other changes have been made to the announcement or to any of the attached SIR documentation.

__________________________________________________________________________________________________

3/24/2025: The purpose of this updated announcement is to correct the Product Service Code (PSC) noted with the initial annoucement. The PSC code for this requirement is changed from R425 to J017. No other changes have been made to the announcement or to any of the attached SIR documentation.

__________________________________________________________________________________________________

3/20/2025: This Screening Information Request (SIR) is for Second Level Engineering (SLE) support services in support of the Federal Aviation Administration (FAA) Program Management Organization's (AJM-2) Terminal 2nd Level Engineering Group (AJM-24) and En Route & Oceanic 2nd Level Engineering Group (AJM-25) located at the William J. Hughes Technical Center (WJHTC) for Advanced Aerospace in Atlantic City, NJ.

This requirement is set-aside for competition amongst Small Economic Disadvantaged Business 8(a) certified vendors and will be competed using best value trade-off procedures. The North American Industry Classification System (NAICS) code is 541519 (Other Computer Related Services) and the size standard is $34 million.

The Contractor must provide the support services identified in the Statement of Work located at Attachment C-1 of this SIR.

This acquisition is issued in accordance with Acquisition Management System Policy 3.2.2.3, Complex and Noncommercial Source Selection'. The FAA intends to award a single contract resulting from this SIR to the responsible Offeror whose proposal represents the best value' to the Government, all factors considered. The resulting Contract is anticipated to be a seven (7) year Indefinite Delivery Indefinite Quantity Contract with Orders issued on a Time & Materials basis.

Questions on this SIR are to be submitted in writing to the Contracting Officers identified in the SIR and are due no later than 04/03/2025 at 2:00 PM Eastern Time. The FAA will not respond to questions asked in person or over the phone, or questions submitted in formats other than the Q&A Matrix format provided in SIR Section L.2.3.1, Q&A Matrix Format'.

Responses to questions and any associated amendments to the SIR will be published through the System for Award Management (https://sam.gov/content/home), for all interested parties, as deemed appropriate. Otherwise, an e-mail response will be initiated to the party submitting the inquiry. The FAA reserves the right to respond to some, none or all of the questions. It is the Offerors' responsibility to monitor this website for updates on this SIR.

Proposals are to be submitted to the Contracting Officers noted in the SIR and are due no later than 05/05/2025 at 2:00 PM Eastern Time

Posted: April 28, 2025, 5:01 p.m. EDT
Posted: March 24, 2025, 4:02 p.m. EDT
Posted: March 20, 2025, 6:59 p.m. EDT
Background
This Screening Information Request (SIR) is for Second Level Engineering (SLE) support services in support of the Federal Aviation Administration (FAA) Program Management Organization’s (AJM-2) Terminal 2nd Level Engineering Group (AJM-24) and En Route & Oceanic 2nd Level Engineering Group (AJM-25) located at the William J. Hughes Technical Center (WJHTC) for Advanced Aerospace in Atlantic City, NJ.

The FAA's mission is to ensure safe and efficient air travel, and this contract aims to provide essential engineering support to enhance their operational capabilities. This requirement is set-aside for competition amongst Small Economic Disadvantaged Business 8(a) certified vendors.

Work Details
The Contractor must provide the support services identified in the Statement of Work located at Attachment C-1 of this SIR. The Contractor shall provide personnel based on the ordered amount of Time & Materials labor hours as specified in individual Task Orders.

All work will be performed in accordance with the SECTION C, Attachment C-1, ‘Statement of Work’ as well as the Statement of Work(s) provided for each individual Task Order. Labor hours are defined as actual work hours exclusive of vacation, holidays, sick leave, and any other absences. Only those labor categories contained in SECTION C, Attachment C-2, ‘Statement of Work - Minimum Labor Category Qualifications’ shall be charged to this Contract.

The Contractor must ensure that all personnel meet the minimum qualifications outlined in the contract documents. The Contractor will also be responsible for managing travel and other direct costs associated with task orders.

Period of Performance
The total term of this Contract is seven (7) years, inclusive of seven (7) one-year ordering periods. Each Task Order's term will be specified individually.

Place of Performance
Services under this Contract will primarily be performed on-site at Government locations, specifically at the WJHTC for Advanced Aerospace in Atlantic City, NJ, with potential travel to other Continental United States (CONUS) FAA locations.

Overview

Response Deadline
May 12, 2025, 2:00 p.m. EDT (original: May 5, 2025, 2:00 p.m. EDT) Past Due
Posted
March 20, 2025, 6:59 p.m. EDT (updated: May 2, 2025, 9:45 a.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
Atlantic City, NJ 08405 United States
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
On 3/20/25 Technical Center issued Solicitation 692M15-25-R-00001 for Second Level Engineering Support Services for AJM-2 at the William J Hughes Technical Center for Advanced Aerospace due 5/12/25. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541519 (SBA Size Standard $34 Million) and PSC J017.
Primary Contact
Name
Alan McCarty   Profile
Phone
None

Secondary Contact

Name
Christine Yezzo   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Contracting Officer Jane Doe Profile jane@navy.mil None

Documents

Posted documents for Solicitation 692M15-25-R-00001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Solicitation 692M15-25-R-00001

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 692M15-25-R-00001

Similar Active Opportunities

Open contract opportunities similar to Solicitation 692M15-25-R-00001

Experts for Second Level Engineering Support Services for AJM-2 at the William J Hughes Technical Center for Advanced Aerospace

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 692M15 ACQUISITION & GRANTS, AAQ600
FPDS Organization Code
6920-692M15
Source Organization Code
500000481
Last Updated
May 28, 2025
Last Updated By
christine.yezzo@faa.gov
Archive Date
May 27, 2025