SOLICITATION NOTICE
H -- National Campaign Helicopter Dry Run
- Notice Date
- 7/8/2020 3:18:33 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NASA ARMSTRONG FLIGHT RESEARCH CNTR EDWARDS CA 93523 USA
- ZIP Code
- 93523
- Solicitation Number
- 80AFRC20P0017
- Response Due
- 7/8/2020 4:30:00 PM
- Archive Date
- 07/23/2020
- Point of Contact
- Jennifer Schnarr, Phone: 661-276-3225
- E-Mail Address
-
Jennifer.Schnarr@nasa.gov
(Jennifer.Schnarr@nasa.gov)
- Description
- Amendment 04 This amendment is issued to: 1) extend the proposal due date; and 2) update the SF 1449.� Accordingly; 1) Proposals are now due on July 8, 2020 at 4:30pm PT. 2) See attached revised SF 1449 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �End of Amendment No. 4 Amendment 03 This amendment is issued to: 1) extend the proposal due date; and 2) update the SF 1449.� Accordingly; 1) Proposals are now due on July 8, 2020 at 2:00pm PT. 2) See attached revised SF 1449 updating the proposal due date.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �End of Amendment No. 3 Amendment 02 This amendment is issued to: 1) provide response to questions received. 1) Questions: Q1: Is an incumbent contractor currently performing these services, have similar services been performed in the past, or is this a new requirement. If there is an incumbent, could you please provide the contract or task order number? A1: No one is currently providing, or has provided this service in the past.� This is a new requirement. Q2: The CLINS include a Dry Run 1, Dry Run 2, Dry Run 3.� Can you ask NASA if they are expecting those dry runs to be consecutive, meaning that there is assumed only one travel for the vehicle and staff to support? A2: The Dry Run build up events are not consecutive.� Below are the estimated scheduled start dates (two week duration). These dates are not set and are subject to change. Build-up 1 � September 28, 2020 Build-up 2 � November 12, 2020 Build-up 3 � January 27, 2021 � � � � � � � � � � � � � � � � � � � � � � � � � � � �End of Amendment No. 2 Amendment 01 This amendment is issued to: 1) provide response to a question received; 2) incorporate updated statement of work and; 3) updated SF1449.� Accordingly; 1) Questions: Q1: NASA wants the operator to have a Part 121 or 135 certificate�or provide documentation to prove a ELOS. What is meant by ELOS (Equivalent Level of Safety) for operators that�are not operating�under part 121 or 135.� What is their documentation expectations? Could you please clarify? A1: See SOW Section 4.0 Revised The operator should hold and maintain a 14 CFR 121 Certificate or 14 CFR 135 Certificate and perform all operations in accordance with the requirements of their certificate. If the operator does not hold the required certificate, the Contractor shall provide documentation that demonstrates an equivalent level of safety (e.g. company operations manuals, maintenance manuals, quality assurance programs, crew training records and certifications, maintenance records and plans). In this case, the operator shall perform all operations in accordance with the provided documentation. 2) See attached SOW dated 6/23/20, Rev.1 3) See attached revised SF1449 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � End of Amendment No. 1 Original Combined Synopsis/Solicitation This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. The solicitation number 80AFRC20P0017 and is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated NAICS code is 488190 with a size standard of $35M. The Contractor will provide final integration design and fit check of NASA instrumentation payload, three helicopter dry runs, with the potential to provide post flight data traces (option). 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 FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.html Offerors must include completed copies of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items with their offer. These representations and certifications will be incorporated by reference in any resultant contract. Responses to this combined synopsis/solicitation must be received via email to Jennifer Schnarr no later than 2:00 PM PT on July 2, 2020.� All contractual and technical questions must be in writing (e-mail) to Jennifer Schnarr no later than 2:00 PM PT on June 24, 2020.� Telephone questions will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/136561048a2f402ca43a5b8caf8a533e/view)
- Place of Performance
- Address: Edwards, CA 93523, USA
- Zip Code: 93523
- Country: USA
- Zip Code: 93523
- Record
- SN05714563-F 20200710/200708230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |