Engineering Technical Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC) has published a Justification for Other Than Full and Open Competition (JOFOC) for Engineering Technical Support Services (ETSS). This JOFOC justifies awarding new work modifications to existing bridge Task Orders 80AFRC25F7010 and 80AFRC25F7014 to ensure the continuation of critical flight operations at AFRC. The government is not seeking potential offerors at this time, as future requirements are unclear.
Scope of Services
The JOFOC covers extensions for two key task orders:
- Task Order 80AFRC25F7010: Provides services for Research Engineering and Flight Operations, including aerodynamics study and flight operations engineering.
- Task Order 80AFRC25F7014: Provides services for Mission Operations, encompassing simulation, range engineering, and range operations.
Contract Details
- Contract Type: Cost-plus-fixed-fee (CPFF) for main CLINs and cost-no-fee (CNF) for Other Direct Costs (ODCs).
- Period of Performance: The modifications include a one-month and an eight-month extension of the base period, plus a one-year option. The ultimate period of performance for both Task Orders, if the option is exercised, is August 1, 2025, through July 31, 2027.
- Incumbent Vendors: New Horizons Aeronautics, LLC (TO 80AFRC25F7010) and Analytical Mechanics Associates, Inc. (TO 80AFRC25F7014).
- Place of Performance: Edwards, CA.
Justification & Rationale
This action is justified under 10 U.S.C. 3204(a)(1) and FAR 6.103-1. Offers were not solicited from multiple sources because the existing IDIQ contract holders were previously awarded these task orders through fair opportunity competition and possess unique capabilities. Market research was not conducted to identify other vendors due to the need to avoid serious delays to AFRC operations and the disruption of a new contractor phasing in for a short-term contract. The extensions are necessary to prevent a lapse in service and provide time for the recompete of a combined successor contract, which is anticipated to be posted in 2027. The Contracting Officer has determined the anticipated cost will be fair and reasonable.
Eligibility / Set-Aside
Not applicable, as this is a justification for other than full and open competition.
Additional Notes
A notice of NASA's award for this sole-source action will be posted on SAM.gov. The NASA Ombudsman clause 1852.215-84 is applicable.