Gulfstream V Nadir Viewport Installation
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
NASA Armstrong Flight Research Center is soliciting proposals for the Gulfstream V (GV) Nadir Viewport Installation (GVNVI). This Total Small Business Set-Aside opportunity involves modifying a GV aircraft (S/N 570) to install two nadir (downward-looking) optical viewports and relocate associated systems, leveraging existing technical data from a previous modification. Offers are due by March 20, 2026, 5:00 PM Pacific Daylight Time.
Scope of Work
The project requires the installation of two nadir viewports and relocation of aircraft systems on GV S/N 570. This includes modifying the cabin floor, installing/relocating various antennas (e.g., Payload GPS #2, Iridium Certus), installing seat tracks, a cabin venting box, manufacturing aerofences, and installing overhead conduit. All modifications must meet Federal Aviation Administration (FAA) Code of Federal Regulation (CFR) 14 certification and ensure structural integrity with a 350-pound load capacity. The contractor must provide a report demonstrating no negative impact on the OEM's structural life limit or flight operations. A key aspect is utilizing existing technical data from a similar modification on GV S/N 672, with minimal deviations.
Contract Details
This is a Combined Synopsis/Solicitation with a primary contract type of Firm-Fixed Price (FFP) for the baseline modification (CLIN 001) and an option for scheduled maintenance (CLIN 003). Over and Above materials and other direct costs (CLIN 002) will be Time & Materials (T&M) with a Not-to-Exceed (NTE) value of $850,000. The NAICS Code is 336411 (Aircraft Manufacturing) with a size standard of 1,500 employees. The anticipated award date is on or before May 1, 2026. The place of performance is primarily the contractor's site, with potential for work at AFRC or other NASA locations. Aircraft delivery back to NASA is required within 9 months after receipt of order.
Submission & Evaluation
This acquisition is a Total Small Business Set-Aside. Offers must be submitted via email to tanjanica.s.jackson@nasa.gov and jennifer.schnarr@nasa.gov. Quotes should be clear, concise, and submitted in three volumes: Technical Approach (25 pages max), Past Performance (10 pages max), and Pricing. Evaluation will be a competitive Price Performance Trade-Off, where Technical Acceptability and Past Performance are significantly more important than Price. Technical approach will be evaluated on a pass/fail basis. The Government reserves the right to award without discussions. Past Performance Questionnaires must be submitted by the deadline.
Key Dates & Contacts
- Offers Due: March 20, 2026, 5:00 PM Pacific Daylight Time
- Anticipated Award: On or before May 1, 2026
- Primary Contact: Jenni Schnarr (jennifer.schnarr@nasa.gov)