AWARD
A -- ROBUST DESIGN FOR EMBEDDED ENGINE SYSTEM
- Notice Date
- 9/10/2015
- Notice Type
- Award Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC07CB59C
- Archive Date
- 10/10/2015
- Point of Contact
- Melissa A Merrill, Contract Specialist, Phone 216-433-6359, Fax 216-433-5489, Email Melissa.A.Merrill@nasa.gov
- E-Mail Address
-
Melissa A Merrill
(Melissa.A.Merrill@nasa.gov)
- Small Business Set-Aside
- N/A
- Award Number
- NNC07CB59C-23
- Award Date
- 9/10/2015
- Awardee
- United Technologies Research Center 411 Silver Lane East Hartford CT 06108
- Award Amount
- 493709
- Description
- NATIONAL AERONAUTICS AND SPACE ADMINISTRATION GLENN RESEARCH CENTER (GRC) CLEVELAND, OHIO JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION PR 4200555968 I.Description of Requirement I recommend that NASA Glenn Research Center negotiate only with United Technologies Research Center (UTRC) for the procurement of research close-out, engineering design completion, experiment fabrication services and final report documentation for the Robust Embedded Engine Propulsor System.These services, experiment hardware and final report documentation are needed by NASA to conduct its experimental research program into boundary layer ingesting propulsion. This sole source procurement is needed by NASA to complete its mission to research technology that promises to significantly reduce the amount of fuel consumed by subsonic aircraft. The period of performance for this effort, including all options, is from August 1, 2015 through March 31, 2016. The maximum potential value of this procurement is approximately $580k. II.Statutory Basis for Other Than Full and Open Competition The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1),1. Only one responsible source and no other supplies or services will satisfy Agency requirements. III.Rationale In Support of Statutory Authority Since the beginning of this competitively awarded contract, UTRC has been performing unique and specialized tasks in support of NASA Aeronautics goal of researching new technologies which have promise toward increasing the fuel efficiency of future subsonic cruise aircraft. This has included the development and application of unique tools and techniques by UTRC for performing this work. During this past year, challenges were encountered in the completion of the aerodynamic and mechanical design of the subject one-of-its-kind, new inlet-fan propulsor which required significant additional time and resources to resolve. This procurement is therefore needed to complete the remainder of that work. The technologies being researched under this contract are a very high priority to NASAs Advanced Air Transport Technology (AATT) Project. The tasks defined in the Statement of Work must be completed and the hardware deliverables resulting from this effort must be provided for NASA to complete its Level 1 project milestone associated with the wind tunnel testing of these articles. The relevant NASA Level 1 project milestone cannot nearly be met through other than this sole source procurement. Project funding does not exist for this research beyond NASAs Level 1 milestone. Therefore, without this sole source procurement, this research in which NASA has made a substantial investment would not be completed. IV.Description and Results of Market Research A description of this requirement will not be posted to the NASA Acquisition Internet Service/FedBizOpps. The following exception under FAR 5.202 applies: (11) The contract action is made under the terms of an existing contract that was previously synopsized in sufficient detail to comply with the requirements of 5.207 with respect to the current contract action. V.Determination of Fair and Reasonable Cost The vendor will be required to submit a proposal to be evaluated by the Contracting Officer and technical personnel, with support from internal Price Analysts and external organizations (e.g. DCAA, DCMA) as needed. The guidance and techniques specified at FAR 15.404 and NFS 1815.404 will be followed during the proposal evaluation. If appropriate, price analysis and technical analysis per FAR 15.404-1(b) and (e), and NFS 1815.404-1(e) will be performed to determine and negotiate a fair and reasonable price. If price analysis is not appropriate, then cost analysis and technical analysis, per FAR 15.404-1(c) and (e), and NFS 1815.404-1(e) will be performed to determine and negotiate a fair and reasonable price. The determination of fair and reasonable cost for this procurement will also be based on existing contract data. In particular, the costs associated with completion of the remainder of this work especially the work which had yet to be initiated at the time of this action will be applied to achieve the lowest price for the work to be performed. VI.Actions to Remove or Overcome Barriers to Competition No action is being taken to remove or overcome barriers to competition for any future procurement because this effort is the result of a previously competed NASA Research Announcement (NRA) solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/Awards/NNC07CB59C-23.html)
- Record
- SN03880036-W 20150912/150911000029-e3d30bfbc485d3bfe1b2fb0c53d28dee (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |