The Crew and Thermal Systems Division's Space Suit and Crew Survival Systems Branch is requesting the build of a mold and delivery of a prototype for an injection molded pressure bubble for future spacesuit designs.
ID: 80NSSC26920704QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Hardware Manufacturing (332510)

PSC

EDUCATION, TRAINING, EMPLOYMENT, & SOCIAL SVCS R&D SVCS; TRAINING & LABOR R&D; BASIC RESEARCH (AF21)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the development of a mold and the delivery of a prototype for an injection molded pressure bubble, specifically for future spacesuit designs under the Crew and Thermal Systems Division's Space Suit and Crew Survival Systems Branch. The primary objective is to create a high-quality pressure bubble that meets stringent specifications, including precise dimensions, optical quality standards, and the ability to withstand specific loads and impacts, with the work to be performed at the Johnson Space Center in Houston, Texas. This procurement is critical for advancing spacesuit technology and ensuring the safety and effectiveness of crew survival systems in space missions. Interested organizations may submit their capabilities and qualifications by December 22, 2025, to determine if a competitive procurement is feasible, with Shanna Patterson as the primary contact for inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for the alternative manufacturing of a spacesuit pressure bubble for future designs, specifically for the xEMU pressure bubble using an injection molded system. The objective is to develop and manufacture this component. Key requirements include precise innermost and outermost dimensions (10" x 13" innermost, detailed in Figure 1 for outer), a minimum wall thickness of 0.075 inches, and specific optical quality standards such as limited imperfections, haze not exceeding 2% (ASTM D1003), and visible light transmission of at least 82%. The pressure bubble must also withstand an IVA contact load of 125 lbs, an ultimate pressure load of 21.2 psid, and a micro-gravity impact from a 2-inch steel ball. The scope of work involves building a mold for the pressure bubble and delivering five high-quality prototypes to NASA. Deliverables include monthly status meeting presentations and hardware delivered to Johnson Space Center within six months, accompanied by an Acceptance Data Package containing material certifications and inspection records. Shipping requires a DD Form 250 with detailed information. Quality requirements mandate a Certificate of Compliance with each shipment. Additionally, the contract includes clauses regarding the disclosure and acquisition of Artificial Intelligence (AI) technologies.
    The NASA Shared Services Center recommends a sole-source negotiation with 3-Dimensional Services Group for the injection mold manufacturing of the xEMU Pressure Bubble. This recommendation is based on 3-Dimensional's proprietary knowledge in designing injection molded helmets, including extensive gate flow analysis, CAE simulations for optimizing polymer melt flow, and a proven history of meeting strict optical quality requirements for spacesuit applications. The company's prior experience in building similar injection molded helmet designs for other spacesuit providers is expected to significantly streamline the development process, resulting in considerable time and cost savings. Utilizing any other vendor would necessitate re-executing design and mold flow analysis, and require a new vendor to prove their capabilities, leading to substantial increases in both cost and schedule for the government.
    NASA/NSSC intends to award a sole-source contract to THREE-DIMENSIONAL SERVICES, INC. for the development of a mold and prototype of an injection-molded pressure bubble for future spacesuit designs. This procurement, under NAICS Code 332510, is authorized by FAR 13.106-1(b)(1)(i), as THREE-DIMENSIONAL SERVICES, INC. has been identified as the sole provider. The work will be performed at NASA/Johnson Space Center (JSC). Interested organizations may submit capabilities and qualifications by December 22, 2025, to determine if a competitive procurement is feasible. The government reserves the right to proceed with a non-competitive acquisition. Shanna Patterson is the primary point of contact.
    Similar Opportunities
    Decompression Sickness Data Modeling (DSDM)
    National Aeronautics And Space Administration
    NASA's Johnson Space Center is seeking proposals for the development of a Decompression Sickness Data Modeling (DSDM) system, aimed at accurately predicting the risk of Spaceflight Decompression Sickness (DCS) for lunar and Mars exploration missions. The selected contractor will create a predictive model utilizing retrospective data to enhance DCS risk mitigation strategies, which is critical for the safety and success of future space missions. The contract includes an eight-month base period with two optional 12-month extensions, and proposals are due by 3:00 PM CST on February 17, 2026. Interested offerors should direct inquiries to Jadon Terry or Katelyn Jaime via email, and ensure compliance with all submission requirements outlined in the solicitation documents.
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking qualified vendors to provide chamber services for decompression sickness testing related to CO2 countermeasures, under the Request for Quotation (RFQ) number 80NSSC26920246Q-1. The objective of this procurement is to conduct hypobaric chamber testing to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which includes investigating various prebreathe strategies. This testing is crucial for ensuring the safety and effectiveness of aerospace operations involving hypobaric conditions. Interested vendors must submit their quotes referencing the tracking number in the subject line of their emails and can reach out to Shanna Patterson at shanna.l.patterson@nasa.gov for further inquiries.
    Chamber Services for decompression sickness testing of exercise countermeasures.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to exercise countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920179Q-1. The procurement involves hypobaric chamber services to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which aims to assess decompression sickness risk during extravehicular activities (EVAs). Facilities must demonstrate proven capabilities in conducting pilot chamber tests, subject recruitment, and data collection, while adhering to strict medical monitoring and safety protocols. Interested vendors should contact Shanna Patterson at shanna.l.patterson@nasa.gov and reference the tracking number in their submissions, as the procurement is firm fixed price and does not allow payment by credit card.
    Enriched B4C Shielding Discs
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Enriched B4C Shielding Discs, which are critical components for various aerospace applications. The procurement requires the supply of four hot-pressed boron-enriched boron carbide discs, with specific parameters including a 10-boron enrichment of greater than 96 at.%, a diameter of 3 inches (+/-0.050 in.), and a thickness between 0.008-0.015 inches, alongside a minimum density of 2.25 g/cc. The selected contractor, MILLENNITEK, LLC, will be responsible for delivering these specialized discs within six months of the award, and the procurement will adhere to FAR Part 12 and FAR Part 13 regulations. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on December 19, 2025, to be considered for this sole source contract.
    NASA Request for Information (RFI) – Neutral Buoyancy Laboratory (NBL) Facility Commercial Utilization
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking interest from various organizations to utilize its Neutral Buoyancy Laboratory (NBL) facility located in Houston, Texas. This Request for Information (RFI) aims to explore collaboration opportunities for activities such as zero-gravity simulations, underwater training, and on-water search and rescue operations, leveraging the NBL's extensive capabilities and infrastructure. The facility, one of the largest indoor pools globally, supports a range of operations and is equipped with advanced safety and operational features, making it suitable for both commercial and governmental projects. Interested parties must submit their responses by 5:00 p.m. CST on July 28, 2025, via email to J.R. Carpentier at john.r.carpentier@nasa.gov, providing relevant details about their proposed usage without including proprietary information.
    In Space Manufacturing-Advanced Space Technologies for Resilient Operations (ISM-ASTRO)
    National Aeronautics And Space Administration
    NASA's George C. Marshall Space Flight Center (MSFC) is issuing a Request for Information (RFI) regarding In-Space Manufacturing-Advanced Space Technologies for Resilient Operations (ISM-ASTRO) to gather industry feedback on advancing in-space manufacturing capabilities, particularly focusing on metallic manufacturing methods. The objective is to define the current state of in-space manufacturing, identify mission infusion points that align with commercial plans, and determine near-term actions to enhance these methods for sustained presence in Earth orbit, the Moon, Mars, and other celestial bodies. This initiative is crucial for NASA's strategic goals, as it aims to increase mission flexibility, reduce reliance on spare parts, and promote exploration and innovation in space technologies. Interested parties are encouraged to submit their responses by January 16, 2026, to Brent Evans at brent.l.evans@nasa.gov or Jennifer Jones at jennifer.m.jones@nasa.gov, with responses limited to eight pages.
    Moon to Mars NextSTEP-3 Appendix B, Architecture Studies
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to release a solicitation for the Moon to Mars NextSTEP-3 Appendix B, focusing on architecture studies aimed at addressing gaps in the Moon to Mars exploration framework. This initiative seeks industry-led participation in developing and refining architectural concepts and conducting risk-reduction activities that support long-term human-led scientific discovery in deep space. The solicitation will utilize a Multiple Award Task Order Contract (MATOC) structure, allowing for both directed-topic and open-topic calls, with the first directed-topic studies anticipated to focus on lunar power infrastructure and Mars crew transportation concepts. Interested parties should note that the solicitation is expected to be released on January 30, 2026, and must register for an Industry Day on January 22, 2026, to gain further insights into the procurement process. For more information, potential offerors can contact Maranda McCord or Lisa Grady via their provided email addresses.
    Extravehicular Activity and Human Surface Mobility Technologies - A New Partnering Opportunity
    National Aeronautics And Space Administration
    NASA's Johnson Space Center is seeking partners to advance technologies related to Extravehicular Activity (EVA) and Human Surface Mobility (HSM) in support of the Artemis missions. The objective is to develop safe, reliable, and effective capabilities that enable astronauts to operate outside spacecraft on and around the Moon, with a focus on high-risk technologies that enhance mission success and productivity. This initiative is crucial for establishing a long-term human presence on the Moon and preparing for future Mars missions. Interested parties should submit their responses by January 16, 2027, and can contact the Technology Development and Partnerships Manager, Stephanie A. Sipila, at stephanie.a.sipila@nasa.gov for further information.
    Materials-Limited Technologies for the Moon and Mars
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking industry input through a Request for Information (RFI) regarding materials-limited technologies applicable to its Moon and Mars exploration initiatives. The objective is to gather insights on potential technologies that can address NASA's identified Civil Space Shortfalls, particularly those hindered by structural materials challenges, which may include advancements in non-metallic materials or innovative materials processing. This RFI is crucial for informing future opportunities and collaborations, with responses due by 5:00 PM EDT on January 16, 2026, and should be submitted electronically to the designated NASA contacts, including Godfrey Sauti at godfrey.sauti-1@nasa.gov.
    Hydroponic/Aeroponic Nutrient Delivery In Volumetrically Efficient Garden (HANDIVEG)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the Hydroponic/Aeroponic Nutrient Delivery In Volumetrically Efficient Garden (HANDIVEG) system, which is intended for use in growing space crops aboard the International Space Station (ISS) as part of a continuous crop production demonstration. The procurement involves the final design, documentation, fabrication, and delivery of flight-ready HANDIVEG hardware, which will integrate with NASA’s Ohalo III test rig. This technology, initially developed by Sierra Space Corp (SSC) under a NASA Research Grant, requires specialized expertise that SSC possesses, making them the only responsible source for this contract. Interested organizations may submit their capabilities and qualifications to Tammy Clark at tammy.k.clark@nasa.gov by 2:00 PM ET on December 31, 2025, for consideration in determining whether to conduct a competitive acquisition process.