Draft Request for Proposal: Ames Research Center Facilities Support Services II (AFSS II)
ID: 80ARC025R0001Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA AMES RESEARCH CENTERMOFFETT FIELD, CA, 94035, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 4:00 PM UTC
Description

NASA's Ames Research Center is seeking feedback on its Draft Request for Proposal (DRFP) for the Ames Facilities Support Services II (AFSS II), aimed at providing comprehensive operations, maintenance, and repair services for the Moffett Field site, which encompasses approximately 1960 acres of facilities. The procurement emphasizes innovative maintenance techniques, including predictive testing and condition-based maintenance, to enhance operational efficiency and reduce costs while ensuring compliance with safety and environmental regulations. Interested parties are encouraged to submit comments on the draft solicitation within 21 calendar days of its release, with the final RFP expected by June 1, 2025, and contract award planned for November 1, 2025. For inquiries, potential offerors may contact Anna Foreman at anna.m.foreman@nasa.gov or Andrea Lovell at andrea.c.lovell@nasa.gov.

Point(s) of Contact
Files
Title
Posted
The document outlines a federal government Request for Proposal (RFP) for a single award hybrid contract focused on providing facilities support services at Ames Research Center. The contract includes various Contract Line Item Numbers (CLINs) with different pricing structures, providing a comprehensive framework for the contractor’s responsibilities. It stipulates Firm-Fixed-Price (FFP) and Cost-Plus-Award-Fee (CPAF) contracts for several operational phases, including phase-in activities, operations, maintenance, and specialty support services. A minimum order value of $5,000 and a maximum value of $100 million for the Indefinite Delivery/Indefinite Quantity (IDIQ) portion of the contract is set, with performance commencing based on awarded task orders. It details the contractor's obligation to provide all necessary resources as per the specified Performance Work Statement (PWS). Additionally, clauses related to contract administration, safety measures, contractor financial management, and property management are incorporated, highlighting compliance requirements for contractors. The document emphasizes the importance of maintaining governmental oversight while ensuring that all tasks align with established regulatory standards. Overall, it serves as a foundational guideline for potential contractors to understand the scope of services required and the terms under which they will operate.
The document outlines a federal Request for Proposal (RFP) for a hybrid contract related to facilities support services at the Ames Research Center (ARC). It specifies various types of contract line item numbers (CLINs): firm-fixed-price for phase-in activities, cost-plus-award-fee for core technical services, and indefinite delivery/indefinite quantity (IDIQ) for flexible task orders. The contractor will be responsible for providing all necessary resources as detailed in the Performance Work Statement (PWS). Key sections illustrate the breakdown of services such as operations, maintenance, and specialty support services, alongside associated quantities and options. The IDIQ portion establishes a minimum contract value of $5,000 with a maximum limit of $100 million. Additional details cover performance periods, required reports, property management, safety measures, and compliance regulations. The RFP underscores NASA's commitment to ensuring high-quality facilities management services through structured oversight and performance evaluations, in alignment with federal guidelines and regulations, while aiming to achieve optimal contractor performance through an award fee system. This initiative reflects the government’s focus on efficiently managing technical support services within federal facilities.
The document outlines a government Request for Proposal (RFP) for a hybrid contract regarding facilities support services at the Ames Research Center. The contract involves a combination of Firm-Fixed-Price (FFP), Cost-Plus-Award-Fee (CPAF), and Indefinite Delivery/Indefinite Quantity (IDIQ) task orders, detailing multiple Contract Line Item Numbers (CLINs) for various operational phases including phase-in activities, core maintenance services, and specialty support. Contractor responsibilities encompass delivering all necessary personnel and resources without government provision unless specified. The IDIQ component allows for task orders up to a total maximum of $100 million, with an ordering minimum established at $5,000. Performance timelines span multiple periods, with specific CLIN descriptions referenced for guidance. The contract also includes clauses on funding, equipment management, performance evaluations, safety measures, and compliance with federal regulations. Overall, the RFP serves as a formal solicitation for competitive bidding to ensure that vital support services at Ames Research Center are efficiently met while adhering to federal contracting standards and requirements.
Apr 8, 2025, 6:05 PM UTC
NASA's Ames Research Center (ARC) issued a Draft Request for Proposal (DRFP) for Ames Facilities Support Services II (AFSS II) under Solicitation No. 80ARC025R0001. The purpose of this procurement is to provide operations, maintenance, and repair services for the Moffett Field site, which spans about 1960 acres and features extensive facilities including laboratories, offices, and utility systems. Firms are invited to provide feedback on the draft solicitation's specifications, safety concerns, and performance expectations, focusing on innovative maintenance techniques like predictive testing and condition-based maintenance. The contract will be structured as an 8(a) set-aside, comprising a Core requirement with Cost Plus Award Fee (CPAF) and an Indefinite Delivery Indefinite Quantity (IDIQ) component. It includes a 60-day phase-in period followed by a 12-month base period and four optional years, totaling five years. Offerors must comply with registration requirements in various online databases and submit comments within 21 days post-release. The final RFP is expected by June 1, 2025, with a contract award planned for November 1, 2025, reinforcing NASA's objective to engage businesses that foster efficient facility management and maintenance solutions.
The Ames Facilities Support Services II (AFSS II) Performance Work Statement (PWS) outlines the comprehensive management and operational responsibilities for the NASA Ames Research Center located at Moffett Field, California. The primary goal is to secure integrated facilities support services that enhance operational efficiency, safety, and adherence to federal guidelines. The contract encompasses a wide range of services including facility maintenance, operations support, and specialty services related to hazardous materials. It specifies requirements for initial phase-in activities, management protocols, and the availability of utilities. The contractor must also ensure compliance with rigorous environmental and safety regulations while maintaining communication with various stakeholders. Key components include reactive and proactive maintenance, quality assurance plans, and documentation requirements. Contractors are to provide personnel, equipment, and materials necessary for service execution, while adhering to timelines and coordination with other contractors at the site. Overall, the PWS emphasizes the importance of maintaining NASA’s mission-critical infrastructure while promoting safety, sustainability, and cost-effective management practices throughout the contract period.
The Contract Data Requirements List (CDRL) in RFP 80ARC025R0001, governed by NASA, outlines data deliverables mandated for the contractor to submit, categorized by Data Requirements Descriptions (DRD). Each DRD specifies submission type, approval process, content format, and distribution guidelines, ensuring compliance with NASA’s standards. DRDs fall into three types: Type 1 requires prior approval, Type 2 allows for limited disapproval, and Type 3 mandates delivery without approval. Key sections include financial management reporting (initial, monthly, and quarterly), property management plans, subcontracting reports, and organizational conflict of interest (OCI) plans. Each report has stipulated submission timelines and formats, typically online or electronically, ensuring systematic oversight and accountability in federal procurement processes. The document encompasses necessary procedural guidelines for revisions, content specifications, and data protection determinations. The primary purpose of this document is to establish comprehensive requirements for data reporting to monitor contractor performance and compliance throughout the contract lifecycle, waiving inconsistencies, and safeguarding NASA's interests. By enhancing transparency and standardizing submissions, the CDRL aims to maintain efficient contractual oversight while promoting organizational integrity within space-related federal programs.
Apr 8, 2025, 6:05 PM UTC
The government document outlines performance indicators related to business management, safety, technical operations, and maintenance, emphasizing accountability and compliance for contractors. Key areas include timely delivery of contract deliverables, accurate invoicing, and adherence to safety standards, all of which are to be monitored based on specific metrics outlined in the Performance Work Statement (PWS). Instances of non-compliance and performance failures are to be documented, with particular attention to serious violations such as unreported incidents, incomplete safety compliance, and failure to maintain essential systems (e.g., power and water distribution) at required uptime levels. The document requires contractors to submit regular reports detailing their performance, documenting any deficiencies, and ensuring timely resolutions. The structured evaluation process aims to uphold federal standards and ensure operational integrity across multiple facilities under NASA's jurisdiction. Overall, the document serves as a comprehensive framework for monitoring contractor performance and ensuring that critical safety and operational standards are met effectively.
Apr 8, 2025, 6:05 PM UTC
The Award Fee Evaluation Plan for Ames Facility Support Services II (AFSS II) outlines the assessment processes that will guide the evaluation of contractor performance under contract 80ARC025R0001 with NASA. This Plan provides a framework for determining award fees based on performance over defined six-month periods, focusing on key areas: Technical Performance (30%), Cost Control (40%), and Management Performance (30%). The evaluation includes detailed factors such as operational availability, cost management, and compliance with contractual obligations. Each award fee is calculated from a determined fee pool influenced by estimated costs related to core maintenance requirements and performance of task orders. The organizational structure for executing the evaluation involves a Fee Determination Official (FDO), Performance Evaluation Board (PEB), and various oversight roles ensuring that evaluations reflect contractor effectiveness. The Plan emphasizes clear grading using adjectival ratings to translate performance assessments into award fee allocations. Adjustments to the evaluation criteria may occur unilaterally by the government or through mutual agreement, ensuring that performance evaluation remains relevant to contract objectives. This structured approach aims to incentivize high-quality service delivery and operational improvements throughout the contract lifecycle.
The document appears to be a comprehensive guide concerning federal and state/local Requests for Proposals (RFPs) and grants, focusing on how to effectively navigate these processes. It outlines critical themes such as the importance of adhering to regulations, complying with submission requirements, and understanding the evaluation criteria used by agencies. Key components highlighted include potential areas of funding, strategic approach to proposal writing, and the necessity of clear project objectives and measurable outcomes. Specific emphasis is placed on collaboration with stakeholders, leveraging community resources, and engaging in proactive planning to enhance the competitiveness of submitted proposals. The document also warns against common pitfalls, such as neglecting deadlines and misinterpretation of grant guidelines. Overall, the document serves as an essential resource for entities seeking financial support through government programs, providing practical insights into crafting successful proposals while ensuring alignment with funding priorities and evaluation criteria. This guidance aims to enhance the applicant's ability to secure financial resources necessary for project development and implementation, contributing to community welfare and progress.
Apr 8, 2025, 6:05 PM UTC
The document outlines the pricing template for the Ames Facilities Support Services II (AFSS II) proposal submission, detailing specific instructions for offerors on filling out various pricing categories. Offerors must complete green-highlighted fields with proposed pricing and use sources such as FPRP or Wage Determination for labor rates. Sections cover phases such as Phase-In, Operations & Maintenance (O&M), Reactive Maintenance, Specialty Support Services, and the Cost-Plus Award Fee (CPAF) and Firm-Fixed Price (FFP) for a five-year period. The total evaluated price for the base period and options is calculated at $5,996,046. Offerors need to account for labor categories, material costs, and indirect rates, ensuring that each proposed rate aligns with the required NASA labor categories. Additionally, the document emphasizes the offerors’ intentions regarding employee retention from prior contracts. Overall, this comprehensive pricing document serves as a guideline for contractors responding to government RFPs, ensuring transparency and compliance with federal procurement standards, particularly in fulfilling government service contracts involving operational support and maintenance.
Apr 8, 2025, 6:05 PM UTC
Apr 8, 2025, 6:05 PM UTC
Apr 8, 2025, 6:05 PM UTC
Apr 8, 2025, 6:05 PM UTC
The document pertains to NASA's Request for Proposal (RFP) 80ARC025R0001 for the Ames Facilities Support Services II (AFSS II) procurement. The AFSS II aims to ensure the operational integrity of NASA Ames Research Center’s buildings and systems through effective maintenance practices. It encompasses approximately 1960 acres, focusing on various facilities such as laboratories and administrative offices, along with overhead utility systems. The RFP emphasizes the importance of past performance in selecting a contractor, requiring previous clients to evaluate the contractor's effectiveness across specified performance areas. Key operational components outlined include Contract Management, Reliability Centered Maintenance (RCM), and Reactive Maintenance Procedures, alongside the operation of a Computerized Maintenance Management System (CMMS) using IBM Maximo to optimize maintenance tasks. Contractors are assessed on their ability to meet management standards, implement maintenance programs, and ensure safety compliance. The Past Performance Questionnaire (PPQ) included provides a structured approach for client feedback, requiring evaluations on various aspects of contractor performance. This document serves as a critical tool in the procurement process, assessing potential contractors' past performance to ensure mission readiness and operational excellence at NASA’s facilities.
Apr 8, 2025, 6:05 PM UTC
The provided document outlines the guidelines for Offerors responding to a federal Request for Proposals (RFP). It focuses on the Performance Work Statement (PWS) Requirements Matrix, which is essential for detailing how responsibilities will be shared among prime contractors and subcontractors. Offerors must define the percentage of work each entity will undertake for specified PWS sections, ensuring that total percentages equal 100% per section. The document also includes instructions for submitting past performance references relevant to the proposed work, requiring Offerors to indicate whether they were prime contractors or subcontractors and the applicability of past experiences to the new contract requirements. This structured approach facilitates the government’s assessment of proposals based on team capabilities, past performance, and organizational breakdown. Accurate completion of these matrices is crucial, as discrepancies in percentage allocations can lead to revisions by the government, ensuring optimal distribution of work among contractors.
The ARC II Quality Assurance Surveillance Plan (QASP) outlines the procedures for monitoring contractor performance under the Ames Facilities Support Services II contract, ensuring compliance with performance standards. The QASP establishes roles, responsibilities, and performance management strategies for tracking the contractor's service delivery. Key objectives include maintaining effective communication, addressing customer input, and evaluating both contractor-generated and government-generated data to ensure quality of services rendered. The document emphasizes the contractor's responsibility for quality control, with a performance management approach focused on actual outcomes rather than procedural compliance. Surveillance methods include planned sampling, customer feedback, and periodic evaluations, ensuring that acceptable quality levels are met. The QASP aims to foster accountability by facilitating corrective actions when performance shortfalls occur, supporting NASA's goal for reliable facility operations. Continuous evaluation of the contractor’s performance informs decisions on necessary adjustments and ensures the government only pays for achieved service levels. The structure includes clear performance metrics, regular communication meetings, and a systematic approach for resolving any performance issues that arise.
The document outlines the computation method for the Facilities Capital Cost of Money Factors, which is used by contractors to allocate and accumulate applicable costs during a specified accounting period. It includes a structured format for recording the total net cost of money, allocation bases, and specific details for both leased and corporate properties. Key components of the form involve calculating direct distribution costs, facilities capital overhead pools, and general and administrative expense pools. The information recorded is vital for proper financial reporting and compliance within federal RFPs, grants, and state/local contracts, ensuring that government entities can accurately assess contractors' costs related to facilities capital. This ensures transparency and adherence to regulations governing federal funding and contract management.
The document entails various federal and state RFPs (Requests for Proposals) and grants aimed at facilitating funding opportunities for local projects and initiatives. It provides a framework for submitting project proposals that align with governmental priorities, such as infrastructure development, community engagement, and environmental sustainability. Key topics include eligibility criteria, application procedures, and funding availability, alongside essential timelines and contact information for potential applicants. The document serves as a resource for organizations and entities seeking financial assistance from federal or state governments, emphasizing compliance with regulatory standards and promoting efficient use of awarded funds. Notably, it highlights the importance of transparency and accountability in managing public funds. Overall, the document is a comprehensive guide for prospective applicants, detailing crucial elements needed for successful submissions while showcasing the government's commitment to supporting community-driven initiatives.
Apr 8, 2025, 6:05 PM UTC
The document outlines a comprehensive asset management plan involving various mechanical and electrical systems, focusing on maintenance and inspections across federal facilities. It lists numerous components associated with elevators, HVAC systems, plumbing, and life safety equipment, emphasizing the need for routine preventive maintenance and inspections. Each asset type is categorized, describing their purpose and maintenance requirements, such as hydraulic elevators and environmental controls. The goal is to ensure functionality and compliance with safety standards through systematic monitoring and servicing of critical infrastructure. Furthermore, there is a clear identification of work types that require funding and ongoing support, which reflects the commitment to maintaining operational safety and efficiency in government buildings. This plan aligns with the broader context of federal grants and RFPs aimed at improving infrastructure and services within governmental facilities.
Apr 8, 2025, 6:05 PM UTC
Lifecycle
Title
Type
Similar Opportunities
Facilities And Operations Maintenance Support Services II (FOMSS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The contract aims to deliver comprehensive operations, maintenance, and repair services for a diverse campus comprising approximately 344 structures, including complex aerospace facilities and environmental management tasks related to hazardous waste. This competitive acquisition is designated as an 8(a) set-aside, with a total estimated value of $110 million over a five-year period, including a 45-day phase-in and multiple option years. Interested parties must submit their comments on the Draft Request for Proposal (DRFP) by August 29, 2024, and proposals are anticipated to be due by October 11, 2024. For further inquiries, contact Noeleen Laughlin at noeleen.laughlin@nasa.gov or Joseph R. Tynes at joseph.r.tynes@nasa.gov.
ATOM-5 Additional Option Years and POP Extension
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the contract for ground-based aerospace testing and facilities operations and maintenance services, specifically for projects such as the Sensor and Thermal Protection System Advanced Research (STAR) Lab, Orion Multi-purpose Crew Vehicle (MPCV), and Artemis. This opportunity involves a sole source contract with Amentum Technology, LLC, for an additional 24-month period of performance, or two 1-year option periods, extending the current contract 80ARC022DA001, which is structured as an Indefinite Quantity/Indefinite Delivery contract. Interested organizations are invited to submit their capabilities and qualifications to the Contracting Officer, Jeanne Chun, via email by 3:00 PM Pacific time on April 22, 2025, to determine if the acquisition will be conducted on a competitive basis. The Government's decision regarding competition will be at its discretion, and further details can be found in the applicable NASA Clause 1852.215-84, Ombudsman.
SOURCES SOUGHT SPECIAL NOTICE 2025
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to issue a Draft Request for Proposal (DRFP) for the Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II contract at the Marshall Space Flight Center in Huntsville, Alabama. This contract will focus on various program planning and control requirements, including integration, program analysis, earned value management, cost estimating, scheduling, and risk analysis, along with subject matter expert support for strategic planning and project reviews. The anticipated release date for the DRFP is around April 24, 2025, followed by the Request for Proposal (RFP) on or about June 6, 2025, with all responsible sources encouraged to submit offers. Interested parties should direct any questions to Charlene Booth at charlene.c.booth@nasa.gov by May 6, 2025, and monitor SAM.gov for updates on the solicitation.
NASA Ames Partnership Days
Buyer not available
NASA Ames Research Center is hosting the NASA Ames Partnership Days from April 29 to May 1, 2025, inviting representatives from the space industry, federal labs, government agencies, and academia to explore collaborative opportunities in space exploration and technology. The event aims to showcase Ames' core competencies and research facilities, facilitating discussions on partnerships and advancements in various fields such as airspace management, life sciences, and advanced computing. This unique gathering will feature presentations, networking sessions, and opportunities to engage with NASA experts, emphasizing the importance of collaboration in driving innovation. Interested participants, who must be U.S. Citizens or Permanent Residents, can register for the event at the provided link and direct inquiries to the Ames Strategic Partnerships Office at arc-partnerships@mail.nasa.gov.
5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the 5X Mission Assurance Support Services Recompete, aimed at providing specialized technical engineering services at the Jet Propulsion Laboratory (JPL) in La Canada Flintridge, California. This procurement is a total small business set-aside under NAICS code 541715, focusing on areas such as reliability engineering, quality assurance, and environmental assurance, with the intent to award multiple subcontracts for staff augmentation and task-based services. The selected contractors will play a crucial role in supporting JPL's in-house projects and missions, ensuring compliance with stringent safety and environmental standards. Proposals are due by April 18, 2025, with further inquiries directed to Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or by phone at 818-354-1623.
Spaceport Operations and Center Services (SOCS)
Buyer not available
The National Aeronautics and Space Administration (NASA) Kennedy Space Center is seeking qualified vendors to provide Spaceport Operations and Center Services (SOCS), which includes facilities support services at KSC and Cape Canaveral Space Force Station. The contract will encompass a range of services such as maintenance and operations of facilities, integrated operations center management, engineering support, and logistics services, aimed at supporting over 30 customers including NASA and the United States Space Force. The anticipated timeline for the Request for Proposal (RFP) release is around August 29, 2024, with proposals due by October 31, 2024, and contract awards expected by June 30, 2025. Interested parties can contact Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information and are encouraged to monitor https://sam.gov for updates.
Saratech Maintenance Renewal FY25
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
Final Request for Quote for Occupational Health Support Services III (OHSS III)
Buyer not available
The National Aeronautics and Space Administration (NASA) Langley Research Center is soliciting quotes for Occupational Health Support Services III (OHSS III) under an 8(a) set-aside competition aimed at small businesses. The primary objective of this procurement is to establish a comprehensive Occupational Health Program that aligns with the requirements outlined in the Performance Work Statement (PWS) for NASA LaRC in Hampton, Virginia. This contract will encompass core services delivered through a Firm-Fixed Price (FFP) structure, with a potential performance period of up to five years, including a 30-day transition period. Interested offerors must submit their proposals by May 6, 2025, at 2:00 PM EST, and are encouraged to direct inquiries to Natasha King at larc-ohss3@mail.nasa.gov. The anticipated award date is July 31, 2025, with the contract effective from September 1, 2025.
Starling Space Traffic Monitoring
Buyer not available
NASA's Ames Research Center is seeking to award a sole-source, firm-fixed-price contract to ERADrive, Inc. for the development of software algorithms and services aimed at detecting, identifying, and tracking Resident Space Objects using star-tracker cameras on the Starling spacecraft swarm. The contract will involve the integration of software for a four-satellite system's Xilinx Zynq processor, with a focus on testing scalability, response time, and overall capabilities over a 24-month period from May 2025 to May 2027. This procurement is critical for enhancing space traffic monitoring capabilities and is justified under FAR 6.302-1 due to ERADrive, Inc.'s unique ability to provide a compatible operational system leveraging existing on-orbit infrastructure. Interested organizations are encouraged to submit their capabilities and qualifications to Joshua Taggart via email by 5:00 PM CT on April 30, 2025, to determine if a competitive acquisition process will be pursued.