Range Operations Contract II (ROC-II) Contract Extension (Contract Year 7) - 2
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.
The National Aeronautics and Space Administration’s (NASA) Goddard Space Flight Center (GSFC) Wallops Flight Facility (WFF) intends to issue a contract extension to the ROC-II (Range Operations Contract II) contract number 80GSFC19C0013 pursuant to the statutory authority for other than full and open competition, 10 U.S.C 3204(a)(1), Only One Responsible Source.
This contract extension for a period of up to two (2) months is anticipated to start on February 10, 2026 and through April 9, 2026. This extension will be to the existing cost-plus fixed fee (CPFF), indefinite delivery indefinity quantity (IDIQ) contract.
This contract extension is necessary to allow for the continuation of these services in order to avoid disruption to the Wallops Range. WFF’s need for these services is to ensure program continuity and critical mission support and to avoid significant impacts to GSFC/WFF and all its mission partners. It is likely that award to any other source would result in unacceptable delays in fulfilling the agency’s requirements. This extension also accounts for the phase-in activities for the potential anticipated award of new the Wallops Range Contract (WRC).
Interested parties may submit their capabilities and qualifications to perform the effort in writing to the identified point of contract no later than 2:00 PM Eastern Standard time on January 5, 2026. The capability statement(s) should include, but not limited to, the company name, address, phone number, point of contract, and any relevant qualifications.
Such capabilities/qualification will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competitive basis, based upon responses to this notice, is solely within the discretion of the Government.
Oral communications are not acceptable in response to this notice.
NASA clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf.
No solicitation exists for this synopsis. This notice is not a request for competitive proposals. The Government will not be responsible for any cost incurred by interested parties in preparation of information or documents related to this extension.