Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

J -- Global Hawk SkyRange Communication Engineering, Technical & Product Support Services

Notice Date
2/22/2021 9:08:58 AM
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA ARMSTRONG FLIGHT RESEARCH CNTR EDWARDS CA 93523 USA
 
ZIP Code
93523
 
Solicitation Number
80AFRC21SS010
 
Response Due
2/26/2021 2:00:00 PM
 
Archive Date
03/13/2021
 
Point of Contact
Jennifer Schnarr, Phone: 6612763225
 
E-Mail Address
Jennifer.Schnarr@nasa.gov
(Jennifer.Schnarr@nasa.gov)
 
Description
National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC) plans to issue�a sole source contract to L3 Technologies, Inc., Communication Systems-West to provide engineering, manufacturing, and other�technical services for the NASA Armstrong Global Hawk Project. The contractor shall perform, assist and provide support for: design analysis, systems engineering, software development, hardware development, subsystem testing, engineering, on-site field services, operations, logistics, crew training, and furnish aircraft and ground station communications operational support equipment and spares. The previous contract NND14GC01B was awarded sole source to L-3 Technologies, which maintains the proprietary data�rights to the original design and modification drawings of the Global Hawk communication system. L-3 Technologies is�the only responsible source which is capable of satisfying the agency's unique requirements. The Government does not intend to acquire a commercial item using FAR Part 12. Interested vendors may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact no later than 5:00 p.m. PST on February 26, 2021. Such�capabilities/qualifications�will�be�evaluated�for�the�purpose�of�determining�whether or not to conduct this procurement on a competitive basis and�to determine the appropriate level of small business participation at both the Prime and Subcontracting tiers.�As such, capability statements must include anticipated subcontracting goals for the following categories:�Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB).� A�determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf. The NAICS Code and Size Standard are 488190 and $35M, respectively.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/316e8b3c81584d029850deafec1ae561/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05922711-F 20210224/210222230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.