Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2026 SAM #8816
SOURCES SOUGHT

K -- Gulfstream V Nadir Viewport Installation

Notice Date
1/13/2026 7:14:12 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NASA ARMSTRONG FLIGHT RESEARCH CNTR EDWARDS CA 93523 USA
 
ZIP Code
93523
 
Solicitation Number
80AFRC26SS005
 
Response Due
1/20/2026 1:00:00 PM
 
Archive Date
02/04/2026
 
Point of Contact
Jenni Schnarr
 
E-Mail Address
jennifer.schnarr@nasa.gov
(jennifer.schnarr@nasa.gov)
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE. National Aeronautics and Space Administration (NASA)/Armstrong Flight Research Center (AFRC) is hereby soliciting information from potential sources for structural modifications on a Gulfstream V (GV) aircraft used to support the Airborne Science Program (ASP). The intent of the effort is to use existing technical data from a previous aircraft modification effort for GV S/N 672 for nadir viewpoint modifications as this effort will have minimal design deviations from the previous effort. The current effort would require structural modifications to GV S/N 570 for two nadir viewports and aircraft system relocations as necessary to provide clearance for the two optical viewports. The National Aeronautics and Space Administration (NASA) AFRC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the acquisition of the GV modification effort. As such, capability statements must include anticipated subcontracting goals for the following categories: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB) to include Economically Disadvantaged Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and Veteran Owned Small Business (VOSB). The Government reserves the right to set aside this requirement for any of the socioeconomic categories based on the responses received. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement. There is no page limit, but please keep your responses concise and focused only on the requested information for this Sources Sought. Please provide the following information to the best of your ability in your response: Company's name, address, primary point of contact (POC), and telephone number. Company's SAM Unique Entity Identifier (UEI). Indicate if your company is interested in performing as a prime contractor or subcontractor. Description of the company's specific capabilities relevant to the Sources Sought requirements. Please advise if the requirement is considered a commercial or commercial-type product. A commercial product and commercial service is defined in FAR 2.101, Definitions. All responses shall be submitted electronically via email to Jenni Schnarr at jennifer.schnarr@nasa.gov no later than 1:00PM Pacific Time on January 20, 2026. Please reference 80AFRC26SS005 in any response. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3ee99dfe60eb489ba401253dfe1b0f5e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07686230-F 20260115/260113230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.