Search Contract Opportunities

Federal Aviation Administration’s Civil Aerospace Medical Institute (CAMI): onsite and offsite/remote staffing support   2

ID: 6973GH-21-R-00190 • Type: Solicitation

Description

Posted: Jan. 19, 2022, 4:49 p.m. EST

Amendment 04:
Purpose of modification is to address discrepancies found between Schedule B and Appendix A as outlined below:

FIRST: Appendix A has been updated to mirror the labor hours in Section B of the Solicitation to not only reflect the Key Personnel, but to include all levels of potential positions and their associated hours throughout the contract. Performance Work Statement (PWS) also addresses only the key personnel tasking.

SECOND: An updated Appendix A as reflected in FIRST above is hereby updated and included as an attachment with a date of 19 January 2022.

THIRD: Section B of the solicitation has Computer and Information Research Scientist listed as Key Personnel. This position is no longer considered a Key Personnel position. The amount of hours associated with this position remain the same at 1880 hours.

FOURTH: A correction to the hours found in Section B and Appendix A are hereby corrected and incorporated for the Network and Computer Systems Administrator: Systems Administrator as described below:

Network and Computer Systems Administrator: Systems Administrator

FROM: 500 hours (Schedule B) and 2080 hours (Appendix A)

TO: 1880 (Schedule B and Appendix A)

FIFTH: The hours associated with the Key Personnel as described below is hereby updated to reflect the changes found in Appendix A:

Program Manager (Off-Site)

From: 1000 Hours

To: 1040 Hours

*****************************

Biological Laboratory Technician

From: 2080 Hours

To: 1880 Hours

*****************************

Medical Scientist - Epidemiologist

From: 2080 Hours

To: 1880 Hours

******************************

Machinist (Level 2)

From: 2080 Hours

To: 1880 Hours

SIXTH: All other terms and conditions remain in full force and effect.

**********************************************************************************************************************************
Amendment 03:

The purpose of modification is to incorporate the list of questions and answers, change the due date for the Request for Offer/Screening Information Request and Past Performance Surveys (PPS), and address the maximum number of Past Performance Surveys as described below:

FIRST: The complete list of questions submitted by industry and answers provided by the Government are hereby incorporated as an attachment.
**********************************************

SECOND: In section L.3.f.1, it states the PPS is due no later than the SIR closing date. The date found on the PPS has been updated to reflect this section and this updated form has been included in this modification as an attachment.

**********************************************

THIRD: The language pertaining to the PPS found under L.3.f.3 is hereby changed to reflect the same language found in section L.3.f.1, Factor 1:
FROM: Past Performance Surveys (PPS) found under L.3.f.3, factor 3 states: a minimum of two (2) with a maximum of five (5) Past Performance Surveys as a general contract.

TO: Past Performance Surveys (PPS) found under L.3.f.3, factor 3 states: a minimum of two (2) with a maximum of four (4) Past Performance Surveys as a general contract.

**********************************************

FOUR: The solicitation is hereby extended with a new close date of January 24, 2022 at 3:00 PM CST.
**********************************************

FIVE: The due date found on the Past Performance Survey (PPS) is hereby updated to reflect the above changes found in SECOND above. Therefore, all PPSs are now due on January 24, 2022 at 3:00 PM CST.
**********************************************

SIX: The estimated level of efforts in Attachments AAM-600 Aerospace Medical Research PWS and Appendix A, Positions and Qualifications have been updated.
**********************************************

SEVEN: Section L.3.(c) is updated as follows:

FROM: Proposal Documents
Section Title
I Contract Documentation/Price Proposal
II Past Performance Information I

TO: Proposal Documents
Section Title
I Contract Documentation/Price Proposal
II Technical Proposal

**********************************************

EIGHT: All other terms and conditions remain unchanged and in full effect.

***************************************************************************************
Amendment 02:

Purpose of Amendment 02: Updating the response date for the Past Performance Survey as described below:

FIRST: The date found on the Past Performance Survey is incorrect and is hereby corrected as follows:

From: November 15th, 2021

To: January 5, 2022

SECOND: All other terms and conditions remain unchanged.

***************************************************************************************
Amendment 01:

Purpose of Amendment 01: Incorporating updated Wage Determination, correcting Period of Performance dates found in the Performance Work Statement and update block 10 as described below:

FIRST: Incorporate updated U.S. Department of Labor Wage Determination No. 2015-5315 Rev -15 dated 10/20/2021. This version supersedes and replaces Rev -14 dated 07/21/2021.

SECOND: Section 5.0 of the Performance Work Statement is hereby corrected as the following:

From: Basic Year: February 1, 2022 through January 31, 2023

Option Year 1: February 1, 2023 through January 31, 2024

Option Year 2: February 1, 2024 through January 31, 2025

To: Basic Year: April 1, 2022 through March 31, 2023

Option Year 1: April 1, 2023 through March 31, 2024

Option Year 2: April 1, 2024 through March 31, 2025

THIRD: Block 10 is being corrected to reflect the change from unrestricted to 100% Set Aside for SEDB/8(a) concerns.

FOURTH: All other terms and conditions remain the same.

_______________________________________________________________________
This solicitation is for a vendor to provide the following services for the Federal Aviation Administration's Civil Aerospace Medical Institute (CAMI): onsite and offsite/remote staffing support; access to on-demand technical expertise; access to facilities, equipment, data, and/or key partners in academia or industry; and independently plan and execute projects to achieve aeromedical research objectives.

The above services are needed to support CAMI's aviation safety mission in the following areas:

Assemble medical data from internal and external sources for pilots involved in aviation mishaps and perform medical case reviews

Perform state-of-the-art toxicological analyses on postmortem samples derived from transportation mishaps

Maintain and upgrade the CARI-7 model used to calculate individual inflight radiation exposures resulting from space weather

Conduct research into: The epidemiology of aircraft accidents and study performance decrements resulting from disease processes to determine their effects on aviation

Environmental factors influencing human physiology and performance in aviation environments, with a primary focus on the study of protective breathing equipment for use in emergency situations aboard aircraft

How human factors stressors change gene expression and correlate changes in gene expression to human performance in the aviation domain

Novel ways for quantifying and visualizing risk within the aviation medicine environment

Evaluate the impact protection potential of new materials and structures for aircraft, and provide equipment and crash expertise for protection and survival research programs

Conduct research studies and tests pertaining to the emergency evacuation of aircraft, onboard aircraft emergency equipment and its effectiveness, the effectiveness of cabin air crew training, passenger education, water evacuations and survival, and post-crash survival

This will be a total set-aside for SEDB/8(a) concerns. The NAICS code applicable to this requirement is 541720 Research and Development in the Social Sciences and Humanities. The business size standard for this NAICS is $22 million. Respondents must be active in the System for Award Management (SAM) (www.sam.gov).

All questions to this solicitation must be received by Friday, December 17th 2021, 3:00 p.m. CT. All question submittals should be submitted by email to: joni.l.haynes@faa.gov.

All proposals to this solicitation must be received by Monday, January 10th 2022, 3:00 p.m. CT. All submittals should be submitted by email to: joni.l.haynes@faa.gov.

The FAA will not pay for any information received or costs incurred in preparing of proposals to this solicitation. Therefore any cost associated with the request for proposal submission is solely at the interested vendor's expense.

NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.

Posted: Jan. 7, 2022, 8:48 a.m. EST
Posted: Dec. 16, 2021, 10:41 a.m. EST
Posted: Dec. 8, 2021, 9:31 a.m. EST
Posted: Dec. 6, 2021, 4:10 p.m. EST
Posted: Dec. 6, 2021, 2:44 p.m. EST

Overview

Response Deadline
Jan. 24, 2022, 4:00 p.m. EST (original: Jan. 10, 2022, 4:00 p.m. EST) Past Due
Posted
Dec. 6, 2021, 2:44 p.m. EST (updated: Jan. 19, 2022, 4:49 p.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Oklahoma City, OK 73169 United States
Source
SAM

Current SBA Size Standard
$28 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
60% of obligations for similar contracts within the Federal Aviation Administration were awarded full & open.
On 12/6/21 Acquisitions & Business Services issued Solicitation 6973GH-21-R-00190 for Federal Aviation Administration’s Civil Aerospace Medical Institute (CAMI): onsite and offsite/remote staffing support due 1/24/22. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541720 (SBA Size Standard $28 Million) and PSC R499.
Primary Contact
Name
Joni Haynes   Profile
Phone
None

Documents

Posted documents for Solicitation 6973GH-21-R-00190

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 6973GH-21-R-00190

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 6973GH-21-R-00190

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 6973GH-21-R-00190

Similar Active Opportunities

Open contract opportunities similar to Solicitation 6973GH-21-R-00190

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 6973GH FRANCHISE ACQUISITION SVCS
FPDS Organization Code
6920-6973GH
Source Organization Code
500000011
Last Updated
Feb. 8, 2022
Last Updated By
joni.l.haynes@faa.gov
Archive Date
Feb. 8, 2022