Demolition of Aircraft and Various Other Test Articles
ID: 80NSSC25895367QType: Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- PREPARATION AND DISPOSAL OF EXCESS/SURPLUS PROPERTY (P100)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is soliciting proposals for the demolition of abandoned aircraft and various test articles at its facilities, with a focus on small business participation. The contractor will be responsible for safely demolishing and removing specified items, including a Bell AH-1 Cobra helicopter and a Fokker F-28 aircraft, within 21 days of contract award, while adhering to strict safety and environmental regulations. This project is crucial for maintaining a clean and efficient research area, ensuring compliance with federal standards, and supporting NASA's commitment to transparency and small business engagement in federal procurement. Interested parties must submit their quotations by February 20, 2025, and can direct inquiries to Cody Guidry at cody.d.guidry@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Langley is seeking a contractor to demolish and remove abandoned aircraft and test articles from its facility within 21 days of contract award. The demolition aims to clean up the research area, with all aircraft components intentionally damaged beyond reuse. Key items for demolition include a Bell AH-1 Cobra helicopter, a Fokker F-28 aircraft, a Cessna 172, a carbon steel test stand, and various other aircraft parts located at specified buildings and yards. The contractor must submit a work and safety plan for approval before commencing, with oversight from NASA witnesses during the demolition. They will also track the scrap metal generated and handle waste disposal per environmental standards. Safety protocols are emphasized, including the requirement for a Job Hazard Analysis and quick incident reporting procedures. This project highlights NASA's commitment to maintaining a safe and efficient facility by removing old equipment while ensuring compliance with safety and environmental regulations.
    This document pertains to the demolition and removal of aircraft and test articles at NASA facilities. Key details include that NASA will facilitate the relocation of stored items to ensure safe demolition access, with the requirement that the areas be restored to a flat state post-demolition without the need for grass restoration. Importantly, it confirms that the aircraft and test articles have not been exposed to PFAS-containing firefighting foam. The demolition must occur within NASA's open spaces, under the observation of NASA staff, although discussions can be held for potential offsite demolition for other test articles. This succinct overview serves to clarify the procedures and conditions involved in the demolition process related to federal projects or grants managed by NASA, ensuring compliance and safe operations.
    The document is a Request for Quotation (RFQ) issued by NASA for the demolition of aircraft and various test articles, due on 20th February 2025. The RFQ includes a Statement of Work, instructions for offerors, procurement clauses, and evaluation criteria. It specifies that the procurement is set aside for small businesses and requires registration at SAM.gov. Offers must include a unique entity identifier and comply with specific federal regulations regarding telecommunications and child labor. The RFQ details submission requirements including points of contact and due dates for queries, reinforcing the government’s focus on compliance and accountability. Key provisions include clauses about telecommunications services, certifications regarding business ownership, and representations about tax liabilities. The document emphasizes adherence to procurement regulations, particularly under FAR and NASA-specific clauses, ensuring that awarded contracts meet quality and integrity standards. Overall, this solicitation reflects NASA's commitment to transparency and support for small businesses in federal procurement.
    The document outlines details regarding a scheduled site visit for potential offerors related to an unspecified federal procurement opportunity. The site visit is set for February 24, 2025, at 9:30 am, with attendees required to meet at the Badge & Pass Office. It emphasizes the necessity for those planning to attend to complete the badging process beforehand, recommending early arrival for badge pick-up. Essential information needed for badge requests includes citizenship status, full legal names as per government-issued ID, and email addresses. Participants are instructed to submit this information promptly to facilitate the badge acquisition, with a follow-up email required before the visit. Overall, the notice underscores procedural compliance for site visit attendance as part of the federal RFP process, ensuring security and proper identification of participants.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Vacuum altitude test Chamber fabricated and installed
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking small businesses to fabricate and install a vacuum altitude test chamber as outlined in Request for Quotation (RFQ) 80NSSC25895596. This procurement aims to enhance NASA's testing capabilities, which are critical for evaluating aerospace components under simulated altitude conditions. Interested vendors must ensure compliance with various federal regulations, including certifications regarding telecommunications equipment and labor practices, and must submit their proposals by February 25, 2025. For further inquiries, potential offerors can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov, with a deadline for technical questions set for February 21, 2025.
    30 CES Demolition Services for Buildings 886, 887, and 888
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base in California. The contractor will be responsible for all aspects of the demolition, including labor, materials, and the safe disposal of hazardous materials such as asbestos and lead-based paint, under a firm fixed price agreement valued at approximately $19 million. This procurement is crucial for maintaining operational safety and compliance with environmental regulations at the military installation. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Andrew Gabel or Kristofer Clark via their provided email addresses.
    FY25 BMC Helix Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the renewal of BMC Helix services for fiscal year 2025, specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to ensure compliance with federal regulations while providing essential IT and telecom services, including business application development software as a service. This renewal is critical for supporting NASA's ongoing missions, particularly in enhancing operational capabilities and maintaining effective communication systems. Interested vendors must submit their bids by February 13, 2025, and direct any inquiries to Kacey Hickman at kacey.l.hickman@nasa.gov.
    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.
    NASA Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation, aimed at developing innovative technologies that can benefit both NASA missions and broader societal needs. Proposals must demonstrate technical feasibility, relevance to NASA's objectives, and include a clear commercialization strategy, with funding capped at $150,000 for a project duration of 13 months. This initiative emphasizes the importance of small businesses in federal research and development, particularly encouraging participation from socially and economically disadvantaged groups. Interested parties must submit their proposals by March 10, 2025, and can reach out to Kenneth E. Albright at Agency-SBIR-STTRSolicitation@mail.nasa.gov or by phone at 228-813-6127 for further information.
    Nolin River Lake Office Demolition
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District in Louisville, is soliciting bids for the demolition of the Nolin River Lake Office and an adjacent storage building in Bee Spring, Kentucky. The project includes essential tasks such as asbestos removal and site grading, with an estimated construction cost ranging from $100,000 to $250,000, and is exclusively set aside for small businesses under NAICS code 238910. Contractors are required to begin work within 14 days of receiving a notice to proceed and complete the project within 90 days, adhering to safety and environmental regulations throughout the process. Interested bidders must submit their quotes by March 7, 2025, and are encouraged to attend a site visit on February 26, 2025, at 10 a.m. central time, with further inquiries directed to Amber Drones at amber.l.drones@usace.army.mil or John Butts at john.c.butts@usace.army.mil.
    Mobile Shelter Structure for Lunar Lander
    Buyer not available
    NASA's Langley Research Center is seeking proposals for the procurement of a Mobile Shelter Structure (MSS) designed to protect a Boilerplate Lunar Lander (BLL) during testing at its Landing and Impact Research Facility in Hampton, Virginia. The MSS must be capable of withstanding environmental conditions, including winds up to 65 mph and snow loads of 10 pounds per square foot, while providing adequate clearance and access for the BLL. This project is critical for NASA's Moon Landing Test Project, ensuring the safety and integrity of the lunar lander during testing phases. Interested small businesses must submit their quotations by March 5, 2025, and can direct inquiries to Michael Devine at michael.p.devine@nasa.gov.
    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.
    NASA INNOVATIVE ADVANCED CONCEPTS (NIAC) PHASE II
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Headquarters is preparing to release a solicitation for the "NASA Innovative Advanced Concepts (NIAC) Phase II" program, anticipated on or about January 22, 2025. This opportunity is aimed at U.S. organizations that have successfully completed or are actively completing a NIAC Phase I study, allowing them to further develop promising concepts and explore potential infusion options within and beyond NASA. The NIAC program is crucial for advancing innovative research in space technology, with Phase II awards designed to refine and build upon the foundational work established in Phase I studies. Interested proposers must submit their Phase II proposals electronically through NSPIRES by an authorized organizational representative, with a critical deadline for Phase I final reports set for February 24, 2025, at 5 PM ET. For further inquiries, contact John Nelson at hq-niac@mail.nasa.gov or call 202-358-0913.
    Siemens Simcenter Flomaster Fluid System & Dynamic AP SW Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its licenses for the Siemens Simcenter Flomaster Fluid System and Dynamic AP Software for fiscal year 2025. This procurement is essential for ongoing engineering support of Rocket Propulsion Test Projects at the Stennis Space Center, where the software's unique capabilities are critical for maintaining operational efficiency and project integrity. The contract period is set from January 1, 2025, to December 31, 2025, with responses to the solicitation due by February 25, 2025. Interested small businesses must register at SAM.gov and direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.