Amendment 001:
The purpose of this Amendment is to:
- Update FAR 52.212-4 to remove Alternate I.
- Add FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
- Update clause date for FAR 52.212-3 Alternate I.
- Post Government responses to questions received by industry – see attached.
- Reiterate Proposal Format and Contents identified under Volume I – Technical (see solicitation for full details):
- Technical Description: The offeror shall provide a technical description of the items being offered. This description may include product literature or other documents that support the offeror’s ability to meet the requirements. Pictures of aircraft exterior, interior, cockpit, and ground support equipment are encouraged.
- Standard From (SF) 1449: The Offeror shall complete SF 1449 Blocks 12 (if applicable), 20 (with the Gulfstream GV aircraft serial number) 17, and 30 as well as the indicated Offeror required fill-ins in the contract provisions, clauses, and attachments.
- Past History of the Aircraft: A Form 1, Aircraft Information Sheet, shall be provided for each aircraft offered. A completed Form 3, Offeror’s Ability to Sell the Specific Aircraft on Behalf of the Aircraft Owner and All Lien Holders, must be included in the proposal submission. A separate completed Form 3 shall be submitted for each proposed aircraft.
- Offeror Representations and Certifications: The Offerors shall appropriately complete and return the Representations and Certifications Commercial Items (52.212-3), located at Section E of this RFP.
- Reiterate Evaluation Procedures and Factors for Award identified under Value Attribute Factor (see solicitation for full details):
- Only items specifically proposed as Value Attributes (VAs) will be evaluated as such.
- Reiterate Proposal Format and Contents identified under Volume III – Pricing (see solicitation for full details):
- If the offer includes additional items above and beyond the SOW requirements, the Offeror shall list such items on a separate, itemized cost list with a total price identified.
As a result of this amendment, the proposal submittal date has NOT been changed and is NOT extended. Offers may be revised and re-submitted up until the proposal due date.
Offerors shall acknowledge all amendments in their response. It is the potential offeror’s responsibility to monitor this website for any further updates.
----------------------------------------------------------------------------------------------------------------
This notice is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.
This notice is being issued as a brand-name sole source Request for Proposal (RFP) under solicitation number 80AFRC25R0025 for a Gulfstream V (GV) aircraft to execute missions for the NASA Science Mission Directorate (SMD). Offeror’s must submit a firm-fixed-price (FFP) proposal for the specifications contained within the solicitation and in the Statement of Work (SOW) - Attachment A.
This brand-name sole source RFP to acquire a GV aircraft is in accordance with authority 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1(c), Only one responsible source and no other supplies or services will satisfy agency requirements, Application for brand-name descriptions. See attached Justification for Other than Full and Open Competition.
The provisions and clauses in the RFP are those in effect through FAC 2025-04, and can be found at: https://www.acquisition.gov/browse/index/far.
This acquisition is a 100% Small Business set-aside.
The NAICS Code and Size Standard are 336411 and 1,500 employees, respectively. The offeror shall state in their offer their size status for this acquisition.
All responsible sources may submit an offer which shall be considered by the agency.
Delivery to NASA Johnson Space Center, Ellington Field, Houston, TX is required within 30 days after receipt of order. Delivery shall be free on board (FOB) Destination.
Offers for the items(s) described above are due by 1:00 PM Pacific Daylight Time on Tuesday August 19, 2025 to tanjanica.s.jackson@nasa.gov and jennifer.schnarr@nasa.gov and must include, solicitation number, FOB destination to the delivery location, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services form found at URL: https://www.gsa.gov/reference/forms/solicitationcontractorder-for-commercial-products-and-commercial-services
The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at:
FAR - https://www.acquisition.gov/browse/index/far
NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf
Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023), which is incorporated by reference.
Additional terms and conditions are contained in the attached solicitation.
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
This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to Jennifer Schnarr, Contracting Officer, jennifer.schnarr@nasa.gov and Tanjanica Jackson, Contract Specialist, tanjanica.s.jackson@nasa.gov not later than 1:00 PM Pacific Daylight Time on Friday, July 25, 2025. Telephone questions will not be accepted.
Responses to this combined synopsis/solicitation must be received via email no later than 1:00 PM Pacific Daylight Time on Tuesday August 19, 2025.
The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines.
Failure to submit a complete electronic proposal by the due date and time specified for this RFP shall result in the proposal being considered late and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (SEP 2023).