N802NA 4500 flight hour inspection
ID: 80NSSC25885484QType: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking a qualified contractor to perform a 4500 flight hour inspection of the Gulfstream C-20A aircraft (N802NA), specifically focusing on the wing attach frames. The procurement requires specialized expertise and equipment, necessitating that the selected contractor be FAA-certified and capable of conducting concurrent inspections and maintenance to ensure compliance and operational integrity. This initiative is critical for maintaining the aircraft's safety and performance, with the work to be completed at the contractor's facility under strict federal standards. Interested parties must submit their quotations by October 17, 2024, and are encouraged to contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a recommendation from NASA's Shared Services Center to procure specific services from Gulfstream for a 4500 flight hour fuselage inspection of the N802NA G-III aircraft. Due to unique needs for this inspection, including the requirement for a Gulfstream technician and specialized equipment, the recommendation suggests negotiating solely with Gulfstream. The urgency is emphasized, as the work must be completed before the end of January to avoid mission delays. Using a different vendor would pose risks such as scheduling challenges, additional costs, and compatibility issues due to the age of the aircraft. Competitive sourcing is deemed impractical due to the specialized knowledge and equipment required for this particular inspection, underlining the necessity for a sole source procurement from Gulfstream.
    The National Aeronautics and Space Administration (NASA) has issued Request for Quotation (RFQ) 80NSSC25885484Q for a specialized inspection of the Gulfstream C-20A aircraft (N802NA), focusing on its wing attach frames after 4500 flight hours. The RFQ describes the Statement of Work (SOW), outlining that inspections must be conducted by an FAA-certified contractor with specific qualifications, including the capability to perform maintenance. The objective is to conduct inspections and maintenance concurrently to enhance efficiency and compliance with requirements. Key stipulations include documentation of all completed tasks, adherence to quality assurance protocols, and allowing NASA personnel to observe the work. The due date for submissions is October 17, 2024, and the contract is set aside for small businesses, emphasizing the need for registration in the System for Award Management (SAM). Interested contractors are required to follow detailed instructions for submissions, including specific certifications regarding telecommunications equipment and potential conflicts of interest. The RFQ underscores NASA's commitment to thorough inspections and collaborative efforts with qualified vendors to maintain the aircraft's operational integrity.
    The NASA Armstrong Flight Research Center has issued an RFP for the inspection and maintenance of the Gulfstream C-20A aircraft (N802NA) under RFP No. NASA 802 4500 FH. This initiative addresses the required 4500 flight hour inspections of the aircraft's wing attach frames, which cannot be performed by the center's personnel due to a lack of specific expertise and equipment. The objective is to conduct the inspections alongside the standard Ops 1 and Ops 2 maintenance packages and fuselage penetration inspection at an FAA certified facility. The selected contractor must hold FAA certification, allow NASA personnel to observe work, and notify NASA of any repairs needed beyond the initial scope. Deliverables include a fully operational aircraft and documentation of maintenance and inspections performed. Additional quality assurance measures are mandated, including vendor compliance verification and tool control systems. The work will take place at the contractor's facility, ensuring federal standards are upheld throughout this critical maintenance operation. This RFP illustrates NASA’s commitment to maintaining safety and compliance in aviation operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Overhaul of 4 (ea) brake assemblies for King Air B200 N801NA
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified small business contractors to overhaul four brake assemblies for a King Air B200 aircraft, identified under RFQ 80NSSC25886227Q. The procurement requires compliance with FAA regulations, including the provision of a Q1-A (FAA 8130) certification, and emphasizes the importance of adhering to specific repair specifications outlined in the attached Statement of Work. This opportunity is critical for maintaining the operational capabilities and safety standards of NASA's aviation systems. Interested parties must submit their quotes by October 29, 2024, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136 for further information.
    Demolition of Aircraft and Test Articles
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking small business contractors for the demolition of aircraft and test articles at NASA Langley Research Center. The project involves the removal of nine aircraft and various test structures, with the primary goal of ensuring that all items are irreparably damaged to prevent reuse of any parts. This initiative is crucial for maintaining a safe and clean research environment by managing obsolete equipment and materials. Interested vendors must submit their quotes by October 29, 2024, and are encouraged to participate in a scheduled site visit on the same date. For further inquiries, potential bidders can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    Design and analysis for a high altitude parachute for large payloads
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the design and analysis of a high-altitude parachute system intended for large payloads, specifically for its Balloon Program Office. The project aims to develop a decelerator system that enhances gondola stability, reduces landing dispersion, and minimizes canopy opening shock during high-altitude balloon flights, with a maximum suspended weight of 3,500 lbs. This procurement is crucial for advancing NASA's scientific research capabilities and ensuring safe recovery operations, with the parachute required to deploy at an altitude of 100,000 feet and support a maximum sea-level impact velocity of 22 feet per second. Interested small businesses must submit their quotes by October 7, 2024, and include their Unique Entity Identifier (UEI) number, delivery lead times, and compliance with federal regulations. For further inquiries, contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or call 228-813-6067.
    NASA AFRC Hypersonic Test Planning Service
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center is seeking information regarding reusable atmospheric hypersonic flight test services to support hypersonic research activities, which may eventually facilitate commercial hypersonic operations. The agency aims to gather insights from potential customers and providers about the requirements for flight testing reusable hypersonic technologies, including necessary flight conditions and capabilities for vehicles that can operate at speeds between Mach 5 and 8, at altitudes from 50,000 to 120,000 feet. This initiative is part of NASA's broader efforts to advance hypersonic technology, which is critical for maintaining U.S. aerospace competitiveness and military capabilities. Interested parties must submit their capability statements by 2:30 p.m. Pacific Daylight Time on November 18, 2024, to the designated NASA contacts, including Bernie Cenidoza at bernard.c.cenidoza@nasa.gov.
    Flight Crew Training
    Active
    National Aeronautics And Space Administration
    NASA's Armstrong Flight Research Center is seeking information from potential sources for Flight Crew Training services, specifically focusing on Commercial Off the Shelf (COTS) academic and simulator training for its diverse fleet of aircraft. The training will encompass initial and recurrent pilot qualification, maintenance training, and various simulator training options, all conducted at vendor facilities in compliance with FAA regulations and safety standards. This initiative is crucial for maintaining the proficiency of NASA flight crews and ensuring operational readiness. Interested firms, particularly those from small business categories and underserved communities, must submit a capability statement by November 7, 2024, at 12:00 PM PT, to Kimberly Beck and Angela Stinchfield via email, referencing notice number 80AFRC25SS003.
    Concurrent Real-Time Inc. iHawk computer maintenance agreement renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking to renew the maintenance agreement for Concurrent Real-Time Inc. iHawk computers. This agreement is essential for the operation and upkeep of the iHawk computer systems. NASA/NSSC intends to issue a sole source contract to Concurrent Real-Time Inc., the sole provider of this service. The performance location will be at NASA/Ames Research Center (ARC) in the USA. Interested organizations must submit their capabilities and qualifications by 12/24/2022. This procurement falls under the Total Small Business Set-Aside (FAR 19.5) category.
    FY24 Renewal of CDP Hardware/Software Maintenance Support
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking FY24 Renewal of CDP Hardware/Software Maintenance Support. This service is typically used for the maintenance and support of hardware and software related to the CDP (Continuous Diagnostics and Mitigation) system. The place of performance is Houston, TX (zip code: 77058), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Ettus Research USRP N320
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of an Ettus N320 Software Defined Radio (SDR) or an equivalent item, which is essential for testing microwave hardware related to the Snow Water Equivalent Synthetic Aperture Radar and Radiometer (SWESARR) project. The procurement includes one unit of the USRP N320, featuring two transmit/receive channels and a 200 MHz bandwidth, to be delivered to the NASA Goddard Space Flight Center in Greenbelt, Maryland, within 20 to 30 days after receipt of order. This acquisition is part of NASA's ongoing efforts to enhance research and development in space science and technology, emphasizing the importance of advanced telecommunications equipment. Interested small businesses must submit their quotes by October 28, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details.
    3 year Extended Warranty for Stratasys Fortus 900MC 3D printer
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking a 3 year Extended Warranty for Stratasys Fortus 900MC 3D printer. This warranty is typically used to provide maintenance, repair, and rebuilding services for office supplies and devices. The place of performance is Huntsville, AL, with a zip code of 35812, in the USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Facilities And Operations Maintenance Support Services II (FOMSS II)
    Active
    National Aeronautics And Space Administration
    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.