Strategic Data Analyst II (25-37 USAFSAM OEH OET Strategic Data Analyst)
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 US Air Force (USAF) 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 employee shall provide data analysis subject matter expert support and assistance necessary to aid in mission accomplishment. The tasks within this PWS requires an extensive knowledge of federal and USAF occupational, environmental, safety and health regulations; extensive knowledge of federal and USAF radiological (ionizing and nonionizing) regulations; and an extensive knowledge of the data management systems that support the above regulations.
Mandatory Qualifications:
The contractor employee shall possess a Master's Degree in Industrial Hygiene, Occupational Health and Safety, Environmental Health, or a related field. An exception to the education requirement may be considered if the experience level warrants performing the required tasks in the USAF.
The contractor employee shall have five years of work-related experience, and at least five years’ experience using the Defense Occupational Environmental Health Readiness System (DOEHRS), Business Objects (BCS), and performing Health Risk Assessments (HRAs).
The contractor employee shall have a minimum of five years’ experience creating and editing files in Microsoft software programs such as Word, Outlook, PowerPoint, Excel and Visio to develop tools and guidance relevant to monitoring and improving enterprise-wide OEH compliance and performance.
The contractor employee shall have a minimum of two years’ experience creating and using business intelligence tools such as Tableau or Microsoft PowerBI.
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. NDA shall be provided to the Government Program Manager by start of performance.
The government may consider an exception for education and/or experience requirement on a case-by-case basis.
Highly Desired Qualifications:
- The contractor employee(s) shall be familiar with OSHA, EPA, DoD, and USAF requirements, and have a strong background reviewing and analyzing policies, guidance, procedures, programs, risk data, relevant OEH program training/effectiveness, and program evaluation. Comprehensive familiarity in these requirements are desirable and will be considered a strength.
- The contractor employee(s) shall demonstrate familiarity with the DOEHRS IH-RAM (Risk Assessment Methodology), Program Maturity Audit System (PMAS), Program Management Review (PMR), and ASIMS to assist in the performance of comprehensive Occupational and Environmental Health (OEH) reviews. Comprehensive familiarity in these requirements are desirable and will be considered a strength.
Tasks:
- The contractor employee shall evaluate broad data sets of comprehensive OEH risk assessment data to recommend corporate business practices and eliminate uncertainty surrounding both environmental and occupational health exposures. The contractor employee shall analyze the effectiveness of OEH program implementation across the USAF and DoD and develop reports and management tools to bridge gaps.
- The contractor employee shall perform DOEHRS data entry/extraction and generate reporting requirements to include defining requirements and mocking up reports. The contractor employee shall review and assess the impact of proposed changes in DOEHRS.
- The contractor employee shall accomplish environmental, safety and occupational HRAs, hazard identification, exposure assessment, toxicological assessment, and risk characterization using OEH data retrieved and analyzed from the DOEHRS database.
- The contractor employee shall write, review, design and/or critique strategic, operational and tactical level objectives related to informatics and knowledge management.
- The contractor employee shall design presentations to advocate proposals and battle rhythm to support their implementation and develop/deliver technical training to government personnel.
- The contractor employee shall develop/deliver technical training to government personnel to assist in implementation of OEH program analytical & management tools.
- The contractor employee shall provide consultation on USAF medical and force health protection issues, policy and regulation recommendations, risk assessments, and risk communication. Requirements may include compilation and analysis of data, author tools and references, and conducting special studies to support USAF and DoD units worldwide.
- The contractor employee shall extract data from multiple sources, to include DOEHRS, BCS, Program Maturity Audit System (PMAS), Program Management Review (PMR), and ASIMS, in order to measure the performance of Occupational and Environmental Health (OEH) programs and aid the Air Force and DoD in conducting an assessment.
- The contractor shall author recommendations for modifying and enhancing USAF and DoD-developed data-centric product lines in the systems mentioned above.
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, USAF and DoD policies.
GENERAL INFORMATION:
Work will be accomplished at USAFSAM, 2510 Fifth Street, building 840, Area B, Wright-Patterson AFB OH 45433-7913 beginning on 30 September 2025. Temporary alternate work locations may be assigned as circumstances dictate by the Contracting Officer Representative (COR).
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:
No travel is anticipated for this effort.
SECURITY:
All contractor personnel require a minimum of a Tier 1 background check (T1)/SF85 for any position that requires access to the internet, use of automated information systems to cover standalone computers or unescorted entry into restricted or controlled areas prior to reporting for duty in support of any requirement. The investigation is not for a security clearance; it is for position of trust. This is a mandatory requirement set forth in DoDM 5200.02_AFMAN 16-1405, Air Force Personnel Security Program. All documentation required for security certification shall be the responsibility of the contractor.
The contractor shall provide OPSEC protection for all sensitive/critical information and indicators involved in execution of this contract/Task Order, as defined by AFI 10-701 (Operations Security). 711 HPW Critical Information and Indicators are protected under the 711 HPW Operations Security Program and the 711 HPW Critical Information and Indicators List (CIIL). Contractor employees granted access to critical information and indicators shall be provided initial OPSEC training by the 711 HPW OPSEC Coordinator upon in-processing and prior to being granted access to CIIL items related to the contract/Task Order. The contractor shall also participate in 711 HPW’s annual OPSEC training and education programs, which includes periodic updates and refresher training on CIIL items applicable to the contract/Task Order. The 711 HPW OPSEC coordinator shall evaluate the OPSEC posture of AF contract activities and operations.
All documents, including papers, abstracts and posters shall be cleared by AF prior to public release.
The highest level of security classification required is Unclassified.
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:
- Project Title, Time Period of report, Date
- Performance: Current status of deliverables, measured against project expectations.
- Schedule: Have scheduled activities and milestones been completed on or before time, and impact of delays.
- 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.)
- Risk: Are there known or anticipated opportunities or events that will or can affect project.
Point of Contact for Immediate Consideration:
Art Mata
amata@reef-sys.com