Notice of Intent to Sole Source: Research Facilities & Engineering Services (RF&ESS) Extension
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 issued a Notice of Intent to Sole Source for an extension of Research Facilities & Engineering Services (RF&ESS). This action is to ensure uninterrupted operational and engineering support for the Dryden Aeronautical Test Range (DATR) while a follow-on contract, Range Operations Support Services (ROSS), is competed. NASA/AFRC intends to extend the current contract (80AFRC21C0001) with ASRC Federal Systems Solutions (AFSS) under the authority of FAR 6.103-1(c)(2)(ii).
Scope of Work
The required services are vital to the NASA mission and include:
- Real-time and post-flight mission operations
- Data acquisition and processing
- Range communications
- Flight termination systems
- Video and tracking systems
- Configuration management and documentation
- Preventive/corrective maintenance
- Support in compliance with NASA standards and AFRC directives.
Contract & Timeline
- Type: Special Notice (Notice of Intent to Sole Source)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Incumbent: ASRC Federal Systems Solutions (AFSS)
- Authority: FAR 6.103-1(c)(2)(ii)
- Response Due: April 29, 2026, 2:00 p.m. PT
- Published: April 15, 2026
- Place of Performance: Edwards, CA
Evaluation
Interested organizations may submit their capabilities and qualifications to perform this effort. These submissions will be evaluated solely to determine if the acquisition can be conducted on a competitive basis. The Government retains discretion on whether to proceed with full and open competition.
Additional Notes
This requirement is considered available only from the incumbent due to the highly specialized nature of the services and the potential for unacceptable delays and adverse mission impact if awarded to another source. The Government does not intend to acquire a commercial product or service using FAR Part 12. NASA Clause 1852.215-84, Ombudsman, is applicable. Submissions should be sent electronically to jamill.m.richter@nasa.gov.