Aerospace Medical Accession Standards - Medical Services Support
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for Aerospace Medical Accession Standards Medical Services Support at JBSA-Randolph, TX. This 8(a) Small Business Set-Aside opportunity requires Subject Matter Experts (SMEs) to support the Air Force Recruiting Services' Accession Medical Waiver Division. The contract is an Indefinite-Delivery/Indefinite-Quantity (IDIQ), Firm-Fixed Price for a base year plus three option years, with an estimated value between $1M and $9M. Proposals are due April 9, 2026.
Scope of Work
The contractor will provide non-personal, performance-based medical services support, including personnel, management, transportation, equipment, and supplies. Key roles include:
- Aerospace Medical Technicians: Review physical examination cases, data input, tracking, coordination, administrative support.
- Aerospace Medicine Specialist Physicians (Flight Surgeons): Review physical examination cases, ensure data accuracy, track cases, coordinate, prepare administrative documents, provide waiver recommendations.
- Clinical Psychologists: Review mental health-related physical examination cases, ensure data accuracy, track cases, coordinate, prepare administrative documents. Services involve medical evaluations, adjudications for accession waivers, data analysis, and presentations on physical standards.
Contract Details
- Contract Type: Indefinite-Delivery/Indefinite-Quantity (IDIQ), Firm-Fixed Price (FFP)
- Period of Performance: Base year plus three 12-month ordering periods (approx. July 2026 - March 2030).
- Estimated Value: Minimum $1,000,000.00, Maximum $9,000,000.00
- Set-Aside: 8(a) Small Business
- NAICS Code: 541611 (Administrative Management and General Management Consulting Services)
- Size Standard: $24.5 Million
- Place of Performance: HQ AFAC/AM, JBSA-Randolph, Texas (primary), with potential for telework.
Submission & Evaluation
- Questions Due: March 9, 2026, 10:00 AM CST
- Proposals Due: April 9, 2026, 10:00 AM CST
- Submission Method: Electronically via email to Joy Grubb (joy.grubb.1@us.af.mil) and Mercedes Perez (mercedes.perez.1@us.af.mil).
- Proposal Parts: Part 1 - Price, Part 2 - Technical (25-page limit), Part 3 - Past Performance (using Attachments 3 & 4).
- Evaluation Factors: Price, Technical, and Past Performance. Technical and Past Performance combined are approximately equal to price.
- Award Basis: Best value to the 8(a) offeror with a technically acceptable proposal, lowest reasonable/realistic price, and a "Substantial Confidence" performance rating.
- Past Performance: Assessed based on recent (last 3 years) and relevant efforts. Questionnaires (Attachment 4) must be submitted directly by customers to the contracting officers.
Attachments
Key attachments include the Performance Work Statement, Schedule of Services, Past Performance List of References, Past Performance Questionnaire, and FAR 52.212-1 and 52.212-2 Addenda.