GULFSTREAM-IV NEXT GENERATION AIRBORNE SYNTHETIC APERTURE RADAR (AirSAR-NG) MODIFICATION

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
State: California
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159430321178751
Posted Date: Mar 26, 2024
Due Date: Apr 22, 2024
Solicitation No: 80AFRC24R0008
Source: Members Only
Follow
GULFSTREAM-IV NEXT GENERATION AIRBORNE SYNTHETIC APERTURE RADAR (AirSAR-NG) MODIFICATION
Active
Contract Opportunity
Notice ID
80AFRC24R0008
Related Notice
80AFRC23SS011
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA ARMSTRONG FLIGHT RESEARCH CNTR
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 26, 2024 02:19 pm PDT
  • Original Published Date: Mar 07, 2024 08:36 am PST
  • Updated Date Offers Due: Apr 22, 2024 10:00 am PDT
  • Original Date Offers Due: Apr 08, 2024 10:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 07, 2024
  • Original Inactive Date: Apr 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Edwards , CA 93523
    USA
Description View Changes

Update 1 dated 26Mar2024:



The proposal and past performance questionnaire due date is extended to April 22, 2024 at 10:00am PT. Reference attached document 80AFRC24R00080001.



In reference to notice 80AFRC23SS011 the Interested Vendors List is provided in the attached document 80AFRC24R0008-Interested Vendors List.





You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center’s Gulfstream-IV Next Generation Airborne Synthetic Aperture Radar (AirSAR-NG) Modification solicitation. The principal purpose of this requirement is to provide a more capable, versatile, and maintainable AirSAR platform. To meet this objective, the UAVSAR instrument is being redesigned and replaced. The new design will enable more hardware to be housed in the aircraft cabin. Three SAR antennas will be mounted on the aircraft fuselage in new conformal enclosures, eliminating the need for an external pod. This requirement is to design, fabricate, and install a fuselage blister and ventral canoe on a NASA Gulfstream-IV aircraft.





NASA will conduct this acquisition as a full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 488190 and the small business size standard is 40 million.





This competitive acquisition will result in a Firm-Fixed Price contract. The contract period of performance criteria is listed in Section 6.0 Period of Performance of Attachment 1.





The anticipated contract award and effective date is May 29, 2024. The contract will be performed: Offsite at the Contractor’s facilities.





Potential offerors should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development. Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in Sections L and M take precedence:






  1. The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance and Government Furnished Property (GFP) for offsite use at the Contractor’s facility as described in the RFP.






  1. Be advised, in accordance with Instructions to Offerors in Section L of the solicitation starting on page L-7, offerors need to encourage their references to submit their Past Performance Questionnaires directly to the Contracting Officer prior to proposal due date.






  1. Below is a list of the Source Selection Authority (SSA) and voting members along with their associated NASA AFRC organizational codes, for the Source Evaluation Board (SEB). The names provided are for informational purposes only and other than the Contracting Officer, Angela Stinchfield, these individuals shall not be contacted regarding this acquisition. The Government may change personnel associated with this acquisition at its discretion.





SSA



Michael Thomson (AFRC-320)





Voting Members



Franzeska Becker (AFRC-210)



Ting Tseng (AFRC-510)



Matthias Gastler (AFRC-430)






  1. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal.





Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.215-1, INSTRUCTIONS TO OFFERORS–COMPETITIVE ACQUISITION, in particular paragraph (f)(4) which discusses the Government’s right to award a contract without discussions.





In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy requires all acquisition-related documents be released in Adobe Portable Document Format (PDF). While the RFP’s Price Volume exhibits are in PDF format, the Offeror’s Price Volume proposal shall include completed Price Volume exhibits in Microsoft Office Excel format with working cell formulas.





Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online reference/technical/bidders library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates.





Appendix 1 NASA Conceptual Design must be requested by the offeror. All other requests for documents which may be referenced in the solicitation and not available to the general public must be made via e-mail to Kimberly Beck at kimberly.a.beck-1@nasa.gov and Angela Stinchfield at angela.t.stinchfield@nasa.gov. The request must contain the specific document name, as well as the name of the requestor, company name, and Unique Entity ID. All document requests must be received no later than April 1, 2024 at 10:00am PT.





NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.





This RFP does not commit NASA Armstrong Flight Research Center to pay any proposal preparation costs, nor does it obligate NASA Armstrong Flight Research Center to procure or contract for these services. This request is not an authorization to proceed, and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation.





Proposals submitted in response to this solicitation shall be due no later than April 8, 2024 at 10:00am PT. Proposals for this solicitation are required to be submitted through NASA’s Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform. Potential offerors, especially those that have not previously submitted a proposal utilizing NASA’s EFSS Box, are encouraged to review the solicitation instruction entitled “Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA’s EFSS Box” which provides instructions related to the submission of proposal via EFSS Box. Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA’s EFSS Box.





All questions regarding this RFP should be submitted electronically, in writing, to Angela Stinchfield, Contracting Officer, at angela.t.stinchfield@nasa.gov and Kimberly Beck, Contract Specialist, at kimberly.a.beck-1@nasa.gov on or before March 13, 2024 at 10:00am PT. Offerors are encouraged to submit questions as soon as possible for consideration.





Thank you for your support. We look forward to receiving your proposals.


Attachments/Links
Contact Information
Contracting Office Address
  • P.O. BOX 273
  • EDWARDS , CA 93523
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >