NASA Armstrong Flight Research Center (AFRC) is hereby soliciting information from potential sources for Range Operation Support Services (ROSS).
The National Aeronautics and Space Administration (NASA) AFRC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for ROSS. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women- owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. Given the general scope of work stated in this source sought, for Large Businesses, please submit suggested percentages of the work that could be subcontracted to each of the following types of businesses: Small Business Concerns; SDB Concerns; WOSB Concerns; HUBZone Small Business Concerns; HBCU includes other MI; VeteranOwned Business Concerns; and SDVOSB Concerns. Any responses involving teaming agreements or subcontractors should clearly delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners or subcontractors. The potential benefits associated with the use of subcontractors or teaming arrangements in meeting the described requirements should be clearly explained. The Government will use this information in determining its small business set-aside decision.
The ROSS contract provides support to operate, maintain, and enhance AFRC’s Dryden Aeronautical Test Range (DATR) systems and facilities, ensuring seamless performance across all systems and interfaces in support of mission-critical operations. Tasks include range communications, mission execution, system administration, maintenance, configuration control, customer outreach, documentation, and support for mobile and fixed assets. Engineering support may be scaled or transitioned based on organizational structure, with continued integration across related systems as needed.
The primary facility is located at Edwards Air Force Base in California. A draft version of the Performance Work Statement (PWS) is attached.
The Government identified NAICS code 517810, All other telecommunications, Size standard: $40M, as the anticipated classification for this requirement. However, we welcome industry input regarding the suitability of this NAICS code. If your firm believes an alternative NAICS code may be more appropriate based on the scope of work, please identify the recommended code, provide supporting rationale, and describe how the capabilities under that code align with the requirement. The Government will consider all feedback received as part of its market research.
SUBMISSION INSTRUCTIONS
Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 15 pages indicating the ability to perform all aspects of the effort. Single spaced, 12-point font minimum. Responses must include the following:
If interested in subcontract opportunities, please indicate the specific areas of interest. This cover page does not count against the page limitation for your submission.
All responses shall be submitted electronically via email to Jenny Staggs at jenny.y.staggs@nasa.gov and Nikki Terranova at nikki.terranova@nasa.gov no later than January 16, 2025 at 12:00PM PST. Please reference 80AFRC26SS002 in any response.
This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All submissions become Government property and will not be returned.
NASA intends to publicize a listing of respondents to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.