logo

View all jobs

Physician (25-21 FESS OCS Physician)

Dayton, OH · Government/Military
Physician (25-21 FESS OCS Physician)


INTRODUCTION:

The 711th Human Performance Wing (711 HPW), headquartered at Wright-Patterson Air Force Base in Ohio, is the first human-centric warfare wing to consolidate human performance research, education and consultation under a single organization. Established under the Air Force Research Laboratory, the 711 HPW is comprised of the Human Effectiveness Directorate (RH) and the United States Air Force School of Aerospace Medicine (USAFSAM). The Wing delivers unparalleled capability to the Air Force through a combination of world class infrastructure and expertise of its workforce of military, civilian and contractor personnel encompassing 75 occupational specialties including science and engineering, occupational health and safety, medical professions, technicians, educators, and business operations and support.


DESCRIPTION OF SERVICES:

The contractor shall meet all requirements per the basic contract and provide professionally and technically qualified individual(s) to perform all tasks in the following paragraphs to fulfill the requirements of this task order.

The contractor shall provide professional, scientific, and technical support services for the USAFSAM Department of Aerospace Medicine (USAFSAM/FE), Aerospace Medicine Studies and Analysis Division (FES), Aerospace Medicine Studies and Analysis Support Branch (FESS). USAFSAM/FESS is responsible for studies and analysis infrastructure and project execution support, to include project management, tracking of project funding and timelines, acquisition/contracting support, advice and consultation on research/study experimental design, data analytics and operational issues, support for protocol submissions and clearance by Institutional Review Boards (IRBs) and Institutional Animal Care and Use Committees (IACUCs), consultation in epidemiological practices and methods, and consultation in writing and editing of manuscripts and research articles. This requirement is for expertise that is to be located within the FESS branch of the FES Studies and Analysis division, to support USAFSAM in providing studies and analyses project consultation, and in providing reach-back, expert consultation and assistance to MAJCOM Aerospace Medicine teams and/or base-level safety officers, flight surgeons, and physiologists conducting investigations into physiologic events and other human factors issues. The contractor shall provide professional, scientific and technical research and analysis support for USAFSAM/FESS, to include providing deliverables as requested. Performance shall be according to the requirements contained in this Performance Work Statement (PWS).


Mandatory Qualifications:

 
  • The contractor employee shall possess a minimum of a Medical Doctor (MD)/Doctor of Osteopathy (DO) degree, with 5-10 years of experience.
 
  • The contractor employee shall have residency training in Aerospace Medicine. Other related residency training, such as Occupational Health or Preventive Medicine, may be considered.
 
  • The contractor employee shall have expert knowledge in Aerospace clinical and operational medicine.
 
  • The contractor employee shall have an American Board of Medical Specialty - Board Certified Physician with completion of DoD approved Aerospace Medicine Primary course.
 
  • The contractor employee shall possess excellent communication skills and shall provide insight into the appropriate response for an in-house operational consultation cell established to collect and analyze data related to operational concerns that need to be addressed by the multi-disciplinary aeromedical team.
 
  • The contractor employee shall be well-versed in providing preventive medicine services, including comprehensive aerospace medicine/occupational medicine/preventative medicine.
 
  • The contractor employee shall be proficient in managing and completing organizational functions.
 
  • The contractor employee shall be proficient in USAF medical systems including: the Armed Forces Health Longitudinal Technology Application (AHLTA), the Aeromedical Services Information Management System (ASIMS), the Automated Data System (ADS), the Aeromedical Information Management Waiver Tracking System (AIMWTS) and the Physical Examination Processing Program (PEPP).
 
  • The contractor employee shall, at a minimum, present at a regional or national level conference, have one or more manuscript submissions to peer reviewed journal or professional journals, and provide deliverables as developed for each consult that they lead.
 
  • The contractor employee shall have a signed Non-Disclosure Agreement (NDA) in place with their company based on the potential access to confidential, proprietary, and/or sensitive information. The NDA shall be provided to the Government Program Manager by start of performance.


Highly Desired Qualifications:

 
  • Knowledge of mission, organization, philosophy, visions, goals, objectives, and policies of the USAFSAM and 711 HPW is desired.
 
  • MAJCOM or equivalent experience as chief of aerospace medicine (SGP) is desired.
 
  • Publications in an aerospace, aviation, occupational, public health or clinical peer re-viewed journal is desired
 
  • American Board of Medical Specialty – Aerospace Medicine Board Certified Physician is desired.


Tasks:
 
  • The contractor employee responsibilities shall include providing physician expertise for the Operational Consultation Support team and supporting the performance of USAFSAM studies and analysis portfolio, to include interfacing with USAFSAM/FE leadership and staff, other USAFSAM departments, other subject matter experts, as well as DoD professionals from multiple organizations, as required.
 
  • The contractor employee shall provide subject matter expertise to a multi- disciplinary team, established to provide an agile and comprehensive response to complex operational questions from the field, and within this framework, shall assess, contribute to, and support in-house operational consultation cell mission providing quick response capability, data collection and analysis ability.
 
  • The contractor employee shall be responsible for developing journal publications, background bullet papers, consult documentation, power point presentations, and other deliverables as required.
 
  • The contractor employee shall utilize expertise to provide active surveillance capability, as well as to maintain and expand relevant data repositories of interest.


BASE SUPPORT:

The contractor shall be provided office/laboratory space, furniture and equipment, routine office/laboratory supplies, computer hardware and software necessary to perform tasks described in this performance work statement. The government will also provide telephone service and access to a fax machine and a copier as required. All software and hardware, passwords/access to military Internet/E-mail and applicable database will be available within the scope of the contract. The contractor shall comply with local, AF and DoD policies.


GENERAL INFORMATION:

 
  • Work will be accomplished onsite at Bldg. 840, WPAFB, OH 45433-7913 beginning on 14 July 2025. Temporary alternate work locations may be assigned as circumstances dictate by the Contracting Officer Representative.
 
  • Work schedule is normally Monday – Friday, 7:30 AM – 4:30 PM ET; however, there may be times when it is necessary for the contractor to work after duty hours in support of specific tasks. Although schedule may have to be flexible, it will not exceed 40 hours per week.
 
  • The requirements in this section of the PWS are non-personal services. The requirements herein are the responsibility of the contractor. The Government has the right to reject the finished product or result in the event contractor performance does not meet the acceptable quality level listed in the PWS. Additionally, the Contractor shall manage its employees and guard against any actions that are of the nature of personal services or give the perception of personal services. If the Contractor believes that any actions constitute or are perceived to constitute personal services, or are outside the scope of this task order, the Contractor shall notify the Contracting Office (CO) immediately.


U.S. Citizenship:

Employee must be a U.S. citizen. For the purpose of base and network access, possession of a permanent resident card (“Green Card”) does not equate to U.S. citizenship.


TRAVEL:

Contractor will be required to travel when authorized to participate in customer business line related travel, to include meetings and conferences, to fulfill respective mission goals. Such travel will only be as directed and coordinated through the Government two weeks in advance of all contractor travel to obtain proper authorizations. The specific travel locations, duration, and number of trips will be upon direction of the Government without modification to the task order, as long as adequate travel funding is available in accordance with the resulting task order. When travel is identified, the contractor shall provide an estimate of all travel costs by location, broken out by item, to the Reef Systems’ Program Manager and Government for review prior to travel.


SECURITY:
 

General Operations Security (OPSEC) procedures, policies and awareness are required in an effort to reduce program vulnerability from successful adversary collection and exploitation of critical information. OPSEC will be applied throughout the life cycle of the contract. The Critical Information and Indicator List (CIIL) and the 711 HPW/OMS OPSEC Plan will be provided upon request by 711 HPW/OMS Information Protection Office. While working on the government installation, OPSEC guidance and OPSEC training will be provided by 711 HPW/OMS Information Protection Office. This training will ensure contractors are familiar with 711 HPW/OMS’s CIIL and OPSEC Plan as it pertains to their contract. The contractor shall apply OPSEC in their management of their current program IAW AFI 10-701 Operations Security.

Individual SECRET Clearances IAW DD254. The Contractor shall obtain a U.S. security clearance at the minimum level of "Secret" for all contractor personnel required to have access to classified information or require IT-II level access. Onsite contractor personnel should have an active clearance prior to reporting for duty in support of any task order. Interim clearances for newly hired personnel shall be processed as expeditiously as possible since some contractor personnel will be required to utilize the SIPRNET and process classified materials; however this will be on a case-by-case basis. Such clearance must be obtained through the Defense Investigative Services.

All documents, including papers, abstracts and posters shall be cleared by AF prior to public release.

The highest level of security classification required is SECRET.

The contractor shall cooperate with DoD Counterintelligence entities to address threats related to foreign intelligence activities. The contractor shall report suspicious activity, insider threats, or other potential CI concerns to the appropriate DoD agency or security office in compliance with DoDI 5240.06 and related policies.

The contractor shall adhere to Communications Security (COMSEC) Compliance measures–
 
  1. Safeguard all communications and ensure compliance with DoDI 8523.01

(Communications Security).
 
  1. Use approved encryption methods to protect classified and Controlled Unclassified Information (CUI) during electronic transmission.
 
  1. Prevent unauthorized access to COMSEC materials and report any loss or compromise of such materials immediately.
 
  1. The contractor shall adhere to training and awareness measures—
 
    1. Provide OPSEC awareness training to all personnel, ensuring understanding of CI and COMSEC requirements, as well as their role in protecting critical information.
 
    1. Ensure personnel complete any government-mandated OPSEC or COMSEC training prior to beginning work and on an annual basis thereafter.
  1. The contractor shall immediately report the following to the Contracting Officer (CO), Contracting Officer’s Representative (COR), or RSIS Security Office:
    1. Any suspected or confirmed OPSEC, CI, or COMSEC violations.
 
    1. Unauthorized disclosure, loss, or compromise of classified, CUI, or sensitive information.
 
    1. Indicators of insider threats or foreign intelligence activities.
 
  1. Reports shall comply with procedures outlined in AFI 10-701 and DoDI 5240.06.
 
  1. The contractor shall ensure all subcontractors adhere to OPSEC, CI, and COMSEC requirements outlined in this PWS. Subcontractors must incorporate equivalent protections and training into their operations.
 
  1. Failure to comply with OPSEC, CI, or COMSEC requirements may result in suspension of access to classified information, work stoppage, or termination of the contract for default.


DELIVERABLE:

Contractor Progress, Status and Management Report (PSMR).

On a monthly basis, the contractor shall provide a status report. The information will be on project status and describe the work accomplished. The contractor shall also identify any issues/problems anticipated in schedule or cost ceiling during the next reporting period.

The report shall have five sections:
 
  1. Project Title, Time Period of report, Date
 
  1. Performance: Current status of deliverables, measured against project expectations.
 
  1. Schedule: Have scheduled activities and milestones been completed on or before time, and impact of delays.
 
  1. Costs: Are there any actual or significant deviations, are significant costs adequately explained in terms of project plans? (i.e., large initial equipment purchase, followed by labor related costs.)
 
  1. Risk: Are there known or anticipated opportunities or events that will or can affect project.


Technical Report – Study/Services:
 
  • All reports and data shall be submitted in a non-proprietary, easily transferrable format.
 
  • All reports, data, findings and literature shall be property of the 711 HPW/RH. The contractor shall not reuse or distribute project information without the express permission of 711 HPW/RH and shall retain all 711 HPW/RH origin markings.

Share This Job

Powered by