THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE.
National Aeronautics and Space Administration (NASA)/Armstrong Flight Research Center (AFRC) is hereby soliciting information from potential sources for a Gulfstream V (GV) aircraft to execute missions for the NASA Science Mission Directorate (SMD) with the following technical requirements:
- The aircraft shall be capable of being certificated by the Federal Aviation Administration (FAA) as a fully operational and airworthy aircraft.
- The aircraft shall comply with all mandatory airframe, engine, and accessory service bulletins.
- The aircraft shall not have been involved in any incident or accident in which the aircraft sustained substantial damage. Substantial damage is defined as damage or failure, which adversely affects the structural strength, performance, or flight characteristics of the aircraft, and would normally require a major repair or replacement of the affected component(s).
- The aircraft shall not have any corrosion in excess of what is allowed per the approved structural repair manual at the time of delivery.
- The aircraft shall not have any overdue Airworthiness Directives (ADs) or mandatory manufacturer’s service bulletins at the time of delivery.
- See attached draft Statement of Work (SOW) for additional details.
The National Aeronautics and Space Administration (NASA) AFRC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the acquisition of a GV aircraft. 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 Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and Veteran Owned Small Business (VOSB). The Government reserves the right to set aside this requirement for any of the socioeconomic categories based on the responses received.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.
Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement. There is no page limit, but please keep your responses concise and focused only on the requested information for this Sources Sought.
Please provide the following information to the best of your ability in your response:
- Company's name, address, primary point of contact (POC), and telephone number.
- Company's SAM Unique Entity Identifier (UEI).
- Indicate if your company is interested in performing as a prime contractor or subcontractor.
- Description of the company's specific capabilities relevant to the Sources Sought requirements.
- Estimated delivery timeframe from contract award to aircraft delivery at Ellington Field (KEFD).
- Please review the documentation requirements outlined in Section VI - Documentation, Item 2: A Complete Set of Current Manuals contained in the draft SOW. Indicate whether any of the requested documents would be difficult to provide with the aircraft. If so, please explain the reason and suggest any alternative documentation that may satisfy the intent of the requirement.
The Government intends to acquire a commercial product using FAR Part 12. A commercial product is defined in FAR 2.101, Definitions.
All responses shall be submitted electronically via email to Jennifer Schnarr at jennifer.schnarr@nasa.gov no later than 1:00PM Pacific Time on June 9, 2025. Please reference 80AFRC25SS009 in any response.
This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.