Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 30, 2019 FBO #6548
SPECIAL NOTICE

15 -- Rotay Wing Technology Development (RWTD)

Notice Date
10/28/2019
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA15AB11B(12B)(13B)(14B)(15B)
 
Archive Date
11/28/2019
 
Point of Contact
Wendy L. Takeguchi, Phone: 6506042964, Michael J. Hutnik III, Phone: 650-604-4195
 
E-Mail Address
wendy.l.takeguchi@nasa.gov, michael.j.hutnik@nasa.gov
(wendy.l.takeguchi@nasa.gov, michael.j.hutnik@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Ames Research Center (ARC) intends to extend the five (5), multiple award, Indefinite Delivery, Indefinite Quantity (IDIQ), Cost-Plus-Fixed-Fee (CPFF) contracts: NNA15AB11B Bell Textron Inc.; NNA15AB12B The Boeing Company; NNA15AB13B Georgia Technology Applied Research Corporation (GTARC); NNA15AB14B Monterey Technologies, Inc. (MTI); and NNA15AB15B Sikorsky Aircraft Corporation, on a sole-source basis pursuant to 10 U.S.C 2304(c)(1), and FAR 6.302-1, Only One Responsible Source. The performance period will be extended for a possible twelve (12) months from December 5, 2019 through December 4, 2020, consisting of a six (6) month base period and three, two-month option periods. There will be no increase in the current contract ceiling value of $40,000,000. A contract modification reflecting this extension will be issued on or before December 4, 2019, the expiration date of the contracts. The contractors provide task order assignments of technology assessments, analysis, design, fabrication, and testing requirements (model-scale, full-scale, and flight) with rotorcraft, including but not limited to aerodynamics, structures, computational fluid dynamics, acoustics, comprehensive analysis, cockpit design and control systems, handling qualities, human factors, prognostics and health management assessments, and systems and economics analysis. Currently the contractors provide studies to analyze advanced/emerging/leap frog technologies and the potential payoff to the national airspace system passenger, rotorcraft operator, and rotorcraft manufacturer: identifies and review concepts of technology insertion to existing fleets, new rotorcraft variants, or entirely new vertical lift aircraft; analyzes designs, develop technology plans, identify critical technologies and areas of technical risk, and develop alternative risk mitigation plans; provides operational wind tunnel test stands (including all cabling and control consoles) for model helicopter/tilt rotor testing in Government and private industry test facilities; applies computational fluid dynamics (CFD), aeroacoustics, comprehensive analysis, and other advanced computational methods for the computation and prediction of rotor aerodynamic loads and acoustics, airfoil design, vibration prediction and alleviation, and computation of interactional aerodynamic effects between various vehicle components (rotor, fuselage, tail, wings, other rotors); executes design and testing of model- and full-scale rotor systems and vehicle concepts involving aerodynamics, acoustics, structures, and dynamics; performs analysis, design, fabrication, instrumentation, data acquisition, data reduction, correlation, and reporting; and provides appropriate nationally recognized experts in any number of rotary wing technology areas as required to meet Government needs for reviewing, critiquing, and providing expert advice in Government-funded, directed, or conducted research. The extension will not increase the current contract ceiling value of $40,000,000. The current contractors, Bell Textron Inc., The Boeing Company, GTARC, MTI, and Sikorsky Aircraft Corp. are considered the only contractors that can meet ARC's needs given the short period of performance for the extension period. Awarding a twelve (12) month contract to another source, at the same time as the re-competition of the follow-on is in process, would result in substantial duplication of costs and unacceptable delays in fulfilling the Government's requirements, affecting the continuity of services and causing unacceptable delays in fulfilling ARC's requirements. This notice of intent is not a request for competitive proposals. Notwithstanding this stated intent, interested organizations may submit their capabilities and qualifications to perform the effort IN WRITING to the identified point of contact not later than 2:30 PM PST on November 13, 2019. Such communication of 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. Questions regarding the extensions can be sent via email to Wendy Takeguchi at wendy.l.takeguchi@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. Information about major upcoming ARC procurement actions is available at Federal Business Opportunities website: https://www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA15AB11B(12B)(13B)(14B)(15B)/listing.html)
 
Place of Performance
Address: M/S 241-1, Moffett Field, California, 94035-0001, United States
Zip Code: 94035-0001
 
Record
SN05484421-W 20191030/191028230645-df912e4e69dee408bc6de4dc2173cd1e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.