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, Texas. This Women-Owned Small Business (WOSB) Set-Aside opportunity seeks Subject Matter Experts (SMEs) to provide non-personal medical services for the Air Force Recruiting Services' Accession Medical Waiver Division. The contract is an Indefinite-Delivery/Indefinite-Quantity (IDIQ), Firm-Fixed Price (FFP) award with an estimated value between $1M and $9M. Proposals are due April 9, 2026.
Scope of Work
The contractor will provide professional medical services as SMEs to support the Aerospace Medical Standards program at Headquarters, Air Force Accessions Center (AFAC/AM), Accession Medical Waiver Directorate (AMWD) at Joint Base San Antonio (JBSA), Randolph Air Force Base, TX. Key roles include:
- Aerospace Medical Technicians: Review physical examination cases, data input, tracking, coordination, administrative documents.
- Aerospace Medicine Specialist Physicians (Flight Surgeons): Review physical examination cases, data accuracy, tracking, coordination, administrative documents.
- Clinical Psychologists: Review mental health-related physical examination cases, data accuracy, tracking, coordination, administrative documents. Services involve medical evaluations, adjudications for accession waivers, medical examinations, data analysis, presentations, and recommendations. Performance standards include timely case review (e.g., 10-day threshold) and maintaining patient privacy.
Contract Details
- Contract Type: Indefinite-Delivery/Indefinite-Quantity (IDIQ), Firm-Fixed Price (FFP)
- NAICS Code: 541611 (Administrative Management and General Management Consulting Services)
- Size Standard: $24,500,000.00
- Set-Aside: 100% for Women-Owned Small Business (WOSB)
- Estimated Value: Minimum $1,000,000.00, Maximum $9,000,000.00
- Period of Performance: Base year plus three 12-month ordering periods, generally starting July 2026 through March 2030, with an option to extend services for up to 6 months.
- Place of Performance: Primary duty location is HQ AFAC/AM, JBSA-Randolph, Texas.
Submission & Evaluation
- Solicitation Issue Date: December 4, 2025
- 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.
- Technical Acceptability: Requires an acceptable approach for recruiting, hiring, and retaining qualified personnel, and a Quality Control Plan (QCP).
- Performance Confidence Assessment: Based on recent (last 3 years) and relevant past performance, with customer-completed questionnaires (Attachment 4) submitted directly to the government contacts.
- Basis for Award: Best value to the technically acceptable offer with the lowest evaluated reasonable and realistic price, considering a "Substantial Confidence" performance rating.
Key Attachments
- Performance Work Statement (PWS)
- Schedule of Services (CLINs, quantities, pricing structure)
- Past Performance List of References (Form for offerors)
- Past Performance Questionnaire (Form for customer references)
- FAR 52.212-1 Addendum (Instructions to Offerors)
- FAR 52.212-2 Addendum (Evaluation Factors for Award)