Gulfstream V Nadir Viewport Installation

SOL #: 80AFRC26Q0002Combined Synopsis/Solicitation

Overview

Buyer

National Aeronautics And Space Administration
National Aeronautics And Space Administration
NASA ARMSTRONG FLIGHT RESEARCH CNTR
EDWARDS, CA, 93523, United States

Place of Performance

Place of performance not available

NAICS

Aircraft Manufacturing (336411)

PSC

Modification Of Equipment: Aircraft And Airframe Structural Components (K015)

Set Aside

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

Timeline

1
Posted
Feb 27, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 14, 2026, 12:00 AM

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 has issued a Combined Synopsis/Solicitation (RFQ 80AFRC26Q0002) for the Gulfstream V (GV) Nadir Viewport Installation (GVNVI). This opportunity is a Total Small Business Set-Aside for the modification of a GV aircraft (S/N 570) to install two nadir optical viewports and relocate associated systems. The project leverages existing technical data from a previous GV modification. Proposals are due by March 13, 2026, at 5:00 PM Pacific Daylight Time.

Scope of Work

The primary objective is to modify NASA's Gulfstream V aircraft (S/N 570) to integrate two downward-looking optical viewports, relocating existing aircraft systems as necessary to ensure an unobstructed aperture for payloads. This effort will utilize technical data from a prior GV S/N 672 modification, with minimal deviations. Key tasks include:

  • Baseline Modification (CLIN 001): Installation of viewports, relocation of systems, ensuring structural integrity, and supplying aluminum viewport pressure plugs. This also involves modifying the cabin floor, removing/installing various antennas, installing a seat track, cabin venting box, aerofences, and overhead conduit.
  • Option 1 (CLIN 003): Performance of scheduled aircraft maintenance, excluding engine maintenance. All modifications must adhere to Federal Aviation Administration (FAA) Code of Federal Regulation (CFR) 14 certification standards, including specific structural capacity and stress limits. The contractor must maintain an AS9100 compliant Quality Management System and a Foreign Object Debris (FOD) program.

Contract Details

  • Contract Type: Primarily Firm-Fixed Price (FFP) for the baseline modification (CLIN 001) and scheduled maintenance (CLIN 003). Over and Above work (CLIN 002) will be Time and Material (T&M) with a Not-to-Exceed (NTE) value.
  • Place of Performance: Primarily the contractor's site, including aircraft modification and ground/flight testing. NASA may require performance at AFRC or other NASA locations.
  • Period of Performance: The baseline schedule anticipates award by May 1, 2026, with aircraft acceptance by NASA by February 2, 2027. The aircraft must be delivered back to NASA AFRC within 9 months of the order.
  • Deliverables: Numerous Data Requirements Descriptions (DRDs) are specified, including project schedules, analysis reports, structural life limit reports, V&V reports, finite element models, as-built drawings, test plans, O&M manual changes, and FAA certification packages. NASA will provide the GV aircraft (S/N 570) and reference documents.

Set-Aside & Eligibility

This acquisition is a Total Small Business Set-Aside under NAICS Code 336411 (Aircraft Manufacturing) with a size standard of 1,500 employees.

Submission & Evaluation

  • Submission: Offers must be clear, concise, and submitted via email to tanjanica.s.jackson@nasa.gov and jennifer.schnarr@nasa.gov. Quotes should consist of three volumes: Technical Approach (25 pages max), Past Performance (10 pages max), and Pricing. Offerors are encouraged to use Standard Form 1449.
  • Evaluation: A competitive Price Performance Trade-Off best value determination will be used. Evaluation factors, in order of importance, are: Technical Acceptability (pass/fail), Past Performance (relevancy and quality), and Price (evaluated on CLINs 0001 and 0003). The Government reserves the right to award without discussions.
  • Past Performance: Offerors must identify current or previous customers and solicit their responses using the provided Past Performance Questionnaire. Completed questionnaires must be sent directly to Jenni Schnarr (jennifer.schnarr@nasa.gov) by March 13, 2026, 5:00 PM PDT.

Key Dates & Contacts

  • Questions Due: March 3, 2026, 5:00 PM Pacific Standard Time (PST) to jennifer.schnarr@nasa.gov.
  • Request for GV S/N 672 Technical Data Due: March 4, 2026, 5:00 PM PT to jennifer.schnarr@nasa.gov.
  • Proposal & Past Performance Questionnaire Due: March 13, 2026, 5:00 PM Pacific Daylight Time (PDT).
  • Anticipated Award Date: On or before May 1, 2026.
  • Primary Contact: Jenni Schnarr, jennifer.schnarr@nasa.gov.

People

Points of Contact

Jenni SchnarrPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
Gulfstream V Nadir Viewport Installation | GovScope