Inactive
Notice ID:80AFRC20SS0012
The National Aeronautics and Space Administration (NASA), Armstrong Flight Research Center (AFRC) has a requirement for ongoing McDonald-Douglas DC-8-72 (DC-8) flight simulator access to be used for D...
The National Aeronautics and Space Administration (NASA), Armstrong Flight Research Center (AFRC) has a requirement for ongoing McDonald-Douglas DC-8-72 (DC-8) flight simulator access to be used for DC-8 pilot and flight engineer initial and proficiency training. Under the requirement, NASA-AFRC intends to solicit and award a sole source contract directly to Airborne Express (ABX) Air, Inc., Wilmington, OH under the authority 10 USC 2304(c) (1) and FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements." Justification is based upon the following facts: Since 2014, ABX Air, Inc. has been under contract with NASA-AFRC to provide DC-8 Flight Simulator Training. ABX Air, Inc., operates the only know DC-8 flight simulator still operating in the US. If NASA-AFRC were no longer a customer, ABX Air, Inc. could potentially shut down the DC-8 flight simulator. Without access to a certified DC-8 flight simulator to practice emergency procedures, NASA-AFRC’s DC-8 flight safety risk would increase; and could potentially impact the continued future operation of this critical airborne science platform. Under the requirement, the contractor shall provide the following: Provide an operational FAA certified Level B simulator (or higher) for NASA DC-8 pilot and flight engineer training. NASA requires a minimum of 25 dry simulator hours per year and ensure priority access to a fully operational simulator; provide additional simulator time and other related services as required by the Government; maintain the simulator to FAA standards (if simulator or simulator support systems require any non-routine maintenance, major repairs or improvements over $5,000, the contractor shall notify NASA and provide justification and cost estimates. NASA will evaluate the request and provide a determination and funding if required); provide a written quarterly status report describing the work accomplished (versus planned) and identification of any issues, concerns, risks, etc. The Government does not intend to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 04:00pm PST on February 27, 2020. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. 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. Oral communications are not acceptable in response to this notice. All responsible sources may submit a response which shall be considered by the agency. Submittals should be made via e-mail to Rosalia Toberman at rosalia.toberman-1@nasa.gov and Jamill Hayes at jamill.m.hayes@nasa.gov. NASA 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. The NAICS Code and Size Standard are 611512 and $30,000.00.