SOURCES SOUGHT
99 -- GOSWIFT Test Pod
- Notice Date
- 3/13/2026 1:53:02 PM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NASA ARMSTRONG FLIGHT RESEARCH CNTR EDWARDS CA 93523 USA
- ZIP Code
- 93523
- Solicitation Number
- 80AFRC26SS012
- Response Due
- 3/20/2026 1:00:00 PM
- Archive Date
- 04/04/2026
- Point of Contact
- Jenni Schnarr, Tanjanica Jackson
- E-Mail Address
-
jennifer.schnarr@nasa.gov, tanjanica.s.jackson@nasa.gov
(jennifer.schnarr@nasa.gov, tanjanica.s.jackson@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 to provide engineering support, manufacturability analysis, fabrication, assembly, inspection, and delivery of at least one flight-ready aerodynamic test pod (with an option for a second pod) to support the Flight Demonstration and Capabilities (FDC) Subproject - Geometry Optimization and Sensing with Integration and Flight Test (GOSWIFT). The objective of the GOSWIFT effort is to design, manufacture, and deliver an aerodynamic test pod that maintains the Outer Mold Line (OML) of a standard centerline 610-gallon external fuel tank used on an F-15D aircraft. The pod will support aerodynamic and flight test activities while providing internal volume for instrumentation and test equipment. The intent of the effort is for the pod to conform to the design provided by NASA and for industry to collaborate with the program engineering team to ensure the NASA produced design, which meets structural, aerodynamic, and integration requirements, remains manufacturable within schedule constraints. 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 GOSWIFT pod 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 Tanjanica Jackson at tanjanica.s.jackson@nasa.gov and Jenni Schnarr at jennifer.schnarr@nasa.gov no later than 1:00PM Pacific Time on March 20, 2026. Please reference 80AFRC26SS012 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/efc032bf2d4640cc839c2ff9b80d465b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07745135-F 20260315/260313230040 (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 |