Inactive
Notice ID:80AFRC21SS010
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 engin...
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.