AWARD
15 -- RECOVERY - AIRCRAFT MAINTENANCE AND MODIFICATION PROGRAM CONTRACT
- Notice Date
- 9/16/2010
- Notice Type
- Award Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NA
- Archive Date
- 10/14/2010
- Point of Contact
- Nancy S. Robb, Contracting Officer, Phone 281-483-9044, Fax 281-333-0465, Email nancy.s.robb@nasa.gov - Alice J Pursell, Contracting Officer, Phone 281-483-9027, Fax 281-483-4066, Email alice.j.pursell@nasa.gov
- E-Mail Address
-
Nancy S. Robb
(nancy.s.robb@nasa.gov)
- Small Business Set-Aside
- N/A
- Award Number
- NNJ09JE44CC
- Award Date
- 9/14/2010
- Awardee
- Computer Science Corporation (CSC), Applied Technologies LLC, 6500 West Freeway,Suite 600, Fort Worth, TX 76116
- Award Amount
- -148304
- Line Number
- 013
- Description
- This action has been awarded under the American Recovery and Reinvestment Act(ARRA) of 2009. In compliance with this Act, the Government posts this notice that TaskOrder NNJ10JB11T, Modification 03, was issued under Contract NNJ09JE44C, to decrease thetask order value due to contractor efficiencies and to deobligate excess funds that werefunded by the Recovery Act for Task Order NNJ10JB11T. Task Order NNJ10JB11T was issuedto procure services in support of Phase One of a project to manufacture four sets ofailerons and associated hardware for NASA's high altitude research aircraft, the WB-57. NASA/JSC has the only two WB-57s flying in the world. This aircraft is a 40+ year old,highly modified aircraft used for upper atmospheric sampling and remote sensing. Servicing, repairing, and operating these aging aircraft present daunting challenges. The AMMP contract was awarded on a non-competitive basis because only CSC has themanagement, engineering, and maintenance organizations capable of working with criticalpayload, maintenance and logistical idiosyncrasies of these aging aircraft. Formanufacture/refurbishment of the ailerons, only CSC has the unique engineering knowledgeof this aircraft required to review existing drawings, develop wing contours, solidmodeling, and making detailed drawings for the manufacture/refurbishment of the aileronson the required schedule. This Task Order was issued under a cost-type arrangement inaccordance with the contract. A cost-type arrangement is appropriate due touncertainties involved in contract performance that do not permit costs to be estimatedwith sufficient accuracy to use any type of fixed-price contract. In addition, acost-type contract was selected to provide the contractor the greatest incentive forefficient and economical performance, given the types of services to be performed. TheAMMP Contract has experienced personnel and documented performance to mitigate theGovernment's risk. In order to meet the requirements of the Recovery Act in the mostprudent business manner, within the time constraints imposed, the existing AMMP Contractis the most appropriate contract vehicle for the work required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/Awards/NNJ09JE44CC.html)
- Record
- SN02285754-W 20100918/100917000636-39cfcc6d928dc6b54b69d4917d363c32 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |