Lunar Freezer System
ID: 80JSC025DA006Type: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA JOHNSON SPACE CENTERHOUSTON, TX, 77058, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

GENERAL SCIENCE & TECHNOLOGY R&D SVCS; GENERAL SCIENCE & TECHNOLOGY; EXPERIMENTAL DEVELOPMENT (AJ13)
Timeline
    Description

    NASA's Johnson Space Center is issuing a Request for Proposal (RFP) for the Lunar Freezer System (LFS), aimed at developing a specialized refrigeration system for lunar operations to safely return temperature-sensitive scientific samples from the Moon and Gateway Space Station. The procurement encompasses the design, development, manufacturing, testing, and engineering support of the LFS, which must integrate with various launch vehicles and the Orion Crew Module for Earth return. This initiative is critical for advancing lunar exploration and ensuring the preservation of biological samples in the unique conditions of the lunar environment. Proposals are due by March 6, 2025, with a Pre-Proposal Conference scheduled for February 11, 2025. Interested parties should direct inquiries to Jonathan Anzures at jonathan.anzures@nasa.gov or Linda Benitez at linda.b.benitezrivera@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA's Johnson Space Center has issued a Request for Proposal (RFP) for the Lunar Freezer System (LFS), aimed at acquiring hardware and software to safely return temperature-sensitive scientific samples from the Moon and Gateway Space Station. The project encompasses the design, development, manufacturing, testing, and engineering support of the LFS, which will integrate with various launch vehicles and the Orion Crew Module for Earth return. This competitive acquisition follows a Full and Open competition model, with the contract possibly lasting 7.5 years, including a base performance period and two optional extensions. Interested offerors must submit proposals by March 6, 2025, and are encouraged to attend a Pre-Proposal Conference scheduled for February 11, 2025. Key requirements outlined include adherence to NASA's standards for quality, safety, and environmental impact, as well as a stringent oversight of management processes. Proposals should address compliance with various technical specifications, documentation, and data management practices. The document emphasizes the importance of not only meeting technical requirements but also ensuring efficient communication and collaboration between NASA and prospective contractors. Overall, the RFP encapsulates NASA’s commitment to advancing lunar exploration through innovative engineering solutions, focusing on reliability and operational readiness for future space missions.
    The document outlines the Data Requirements List (DRL) and Data Requirements Descriptions (DRDs) associated with a NASA contract for the Lunar Freezer System. It details the essential data submissions, which include documentation for certifying flight hardware and compliance with both NASA and Federal Acquisition Regulations. The DRDs categorize specific data types, approval processes, and submission schedules. Contractors are instructed to maintain and deliver data in a consistent format, ensuring easy access for authorized personnel. Key sections cover the acquisition and management of government property, including inventory control, reporting mishaps, and safety measures. The document also mandates the creation of various management reports, detailing contractor-acquired materials and interactions with subcontractors. Additionally, it emphasizes the importance of maintaining IT security standards, annual training for relevant personnel, and compliance with configurations for engineering documentation. Overall, the document serves as a comprehensive guide for contractors to ensure adherence to NASA's stringent data management and reporting requirements, while facilitating efficient project oversight and accountability.
    The document outlines the procedures and requirements for Offerors responding to Federal and State Government Requests for Proposals (RFPs) and grants. It emphasizes the responsibility of Offerors to fill in specified fields accurately, particularly those highlighted in green, and to ensure mathematical accuracy in their submissions. Key sections include instructions on costing, subcontractor listings, total cost summaries, labor rates, and other direct costs (ODCs). The document is structured into various tabs addressing specific cost elements, such as prime labor rates, overhead rates, and materials costs. The Planned Contract Line Item Numbers (CLINs) align with Statements of Work (SOW), which categorize financial proposals for clarity. Offerors must provide detailed breakdowns of labor classifications, hours worked, and costs. The guidance stresses the importance of adhering to fiscal year conventions and submitting comprehensive data to allow for precise evaluation against the criteria set within the RFP framework. This ensures clarity and compliance in proposals, underpinning the political and fiscal accountability in managing federal funds. The overall purpose is to facilitate an organized, transparent proposal process that meets government standards and resource allocation.
    The document outlines a Past Performance Questionnaire required for contractors submitting proposals to NASA Johnson Space Center (JSC). It emphasizes the importance of gathering feedback from past and present clients regarding a contractor's performance on specific contracts to inform decision-making during procurement. The questionnaire includes various sections detailing contractor information, contract specifics, performance evaluation criteria across technical performance, schedule adherence, contract management, cost performance, and general capabilities. Evaluators rate the contractor’s performance using a range of descriptors from 'Exceptional' to 'Poor/Unsatisfactory.' Additionally, the questionnaire seeks details on contractual relationships, performance metrics, key personnel, and compliance with regulations. The overarching goal is to collect comprehensive data that reflects the contractor’s capabilities and performance history, ultimately ensuring the selection of the most suitable firms for NASA's needs. The sensitivity of the information gathered requires independent submission without the contractor's involvement, underscoring the need for objective assessments in the proposal review process.
    The document outlines a consent form for subcontractors to authorize the release of their past and present performance information to prime contractors in federal procurement processes. It emphasizes that such past performance data cannot be disclosed without written consent from the subcontractor, as the prime contractor is considered a private party. The form is intended to facilitate the government's evaluation of the subcontractor's capabilities during source selection, particularly in relation to a specific Request for Proposal (RFP) from NASA for the Lunar Freezer System. Subcontractors must complete the form to enable discussions of their performance data between the government and the prime contractor, thereby supporting the performance confidence assessment. The document includes a sample letter for subcontractors to formalize their consent, stating their understanding of the importance of past performance in procurement decisions.
    The document outlines the Instructions to Offerors for a government proposal process, specifically focusing on the Past Performance Matrix of Relevant Experience. It requires Offerors to detail the roles of team members, including Prime Contractors, Major and Minor Subcontractors, and relevant affiliates, in relation to specific Statements of Work (SOWs). Each Offeror must indicate past performance by placing dots in the appropriate cells corresponding to the SOW sections responsible for by each team member. The matrix is aimed at ensuring that all claims of past performance are well-documented and aligned with the narrative provided in Section II of the proposal. Offerors are encouraged to add rows and columns as necessary to accurately represent their experience. This structured approach assists the government in evaluating the capabilities and reliability of potential contractors, ultimately guiding the selection process for federal grants and RFPs at various levels of government.
    This document outlines the procedures for individuals and companies seeking access to export-controlled scientific and technical information from NASA. To obtain access, companies must submit essential information to the Contracting Officer, verified by an authorized individual from their Security or HR Department. Detailed information required includes the company's name, address, and CAGE Code, as well as the names and citizenship statuses of individuals requesting access. Non-U.S. persons must provide citizenship information, and if applicable, an Individual Technology Transfer Control Plan (I-TTCP) alongside a Non-Disclosure Agreement (NDA) is mandatory for foreign nationals from designated countries. The document emphasizes that compliance with U.S. export regulations is the sole responsibility of the company, underscoring the importance of proper verification and adherence to legal frameworks in the context of federal RFPs, grants, and local government regulations. The intent is to ensure that sensitive information is handled securely and in compliance with existing laws.
    The Lunar Freezer System Final RFP outlines the requirements for contractors to provide a specialized refrigeration system intended for lunar operations. The document includes a series of questions and answers aimed at clarifying aspects of the proposal process and project specifications. Questions from potential bidders are addressed by NASA, implying a collaborative approach to refining the RFP details. Key components of the RFP emphasize technical specifications, performance expectations, and integration capabilities with existing lunar infrastructure. The underlying purpose of this RFP is to solicit innovative solutions for a robust freezer system that can operate in the unique conditions of the lunar environment, ensuring the preservation of biological samples and other sensitive materials. This initiative reflects ongoing commitments to space exploration and research, emphasizing the importance of technological advancements in supporting mission success.
    Lifecycle
    Title
    Type
    Lunar Freezer System
    Currently viewing
    Solicitation
    Similar Opportunities
    Announcement for Partnership Proposals (AFPP) -- Lunar Volatiles Science Partnership (LVSP)
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting proposals for the Lunar Volatiles Science Partnership (LVSP) to operate the Volatiles Investigating Polar Explorer Rover (VIPER) on the Moon. The partnership aims to achieve significant scientific returns related to lunar resource exploration while fostering commercial opportunities in the lunar economy. This initiative is particularly important as it aligns with NASA's broader goals under the Artemis program, focusing on sustainable lunar exploration and resource utilization. Interested parties must submit their initial proposals by March 3, 2025, with a subsequent detailed submission due by May 2, 2025. For further inquiries, contact Zachary Pirtle or Sumera Ali at hq-volatilespartnership@mail.nasa.gov.
    Request For Proposal (RFP) for NASA Agency-wide Supply of Liquid and Gaseous Helium
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Request for Proposal (RFP) for the agency-wide supply of gaseous and liquid helium, designated as Solicitation No. 80KSC024R0010. This procurement aims to establish an indefinite delivery/indefinite quantity (IDIQ) contract to ensure a reliable supply of helium essential for various NASA operations, including cryogenics and scientific experiments. The contract will span five years, comprising a two-year base period from October 1, 2025, to September 30, 2027, followed by three one-year option periods, concluding on September 30, 2030. Proposals are due by February 3, 2025, and interested parties can direct inquiries to Victoria Hargrave at KSC-Helium-Info@mail.nasa.gov.
    Advanced Spacesuit Regulator
    Buyer not available
    NASA's Johnson Space Center is seeking information from U.S. commercial entities for the development of non-commercial Advanced Spacesuit Regulators, which are critical for enabling Extra Vehicular Activities (EVAs) in Low Earth Orbit and lunar environments. The regulators must provide precise oxygen pressure control during various phases of EVA operations and be compatible with the existing Exploration Extravehicular Mobility Unit (xEMU) design, with specific requirements including a maximum assembly mass of 5.5 pounds and unpowered regulation capabilities for up to 60 minutes. This initiative is part of NASA's effort to engage industry stakeholders in the development of advanced technologies that meet high standards of functionality and safety. Interested parties must submit their capability statements, Rough Order of Magnitudes (ROM), and proposed timelines by 12:00 PM Central Standard Time on February 12, 2025, to the designated contacts, Frank D. Cunningham II and Patricia K. Parker, via email.
    TECHNOLOGY TRANSFER OPPORTUNITY: Cryogenic Selective Surfaces (KSC-TOPS-59)
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market cryogenic selective surfaces. These surfaces, developed as thermal control coatings, have the potential to reflect essentially all solar radiation in the space environment. They can be used to keep cryogenic fuel and oxidizers cold enough for long-term storage in space and support the operation of low-temperature devices and systems on spacecraft. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    Ultra-Low Upright Freezer, Columbia, MO VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking information from qualified vendors regarding the procurement of ultra-low upright freezers for the Harry S. Truman Memorial Veterans’ Hospital in Columbia, MO. The primary objective is to acquire -80°C freezers that will standardize the storage of biological samples for ongoing research projects, as several existing units have reached or exceeded their lifecycle. This initiative is crucial for maintaining the integrity of research samples and supporting future expansions of the research department. Interested parties must submit their responses to the Request for Information (RFI) number 36C25525Q0164 by 2:00 PM CST on February 7, 2025, to Tywanna Sparks at tywanna.sparks@va.gov, noting that this RFI is for informational purposes only and does not constitute a solicitation for proposals.
    ICBM CHILLER,WATER,REFRI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the acquisition of six units of the ICBM Chiller, specifically the NSN 4130-01-547-5215, to support military operations. This procurement focuses on air-conditioning and refrigeration equipment manufacturing, emphasizing the need for qualified suppliers to meet stringent quality assurance standards and compliance with military specifications. The chiller is critical for the Minuteman III ICBM Environmental Control System, ensuring operational readiness and reliability. Interested vendors must submit their proposals by February 28, 2025, and can direct inquiries to Kody Quayle at kody.quayle@us.af.mil for further information.
    Mobile Shelter Structure for Lunar Lander
    Buyer not available
    NASA's Langley Research Center is seeking proposals for the procurement of a Mobile Shelter Structure (MSS) designed to protect a Boilerplate Lunar Lander (BLL) during testing at its Landing and Impact Research Facility in Hampton, Virginia. The MSS must be capable of withstanding environmental conditions, including winds up to 65 mph and snow loads of 10 pounds per square foot, while providing adequate clearance and access for the BLL. This project is critical for NASA's Moon Landing Test Project, ensuring the safety and integrity of the lunar lander during testing phases. Interested small businesses must submit their quotations by March 5, 2025, and can direct inquiries to Michael Devine at michael.p.devine@nasa.gov.
    TECHNOLOGY TRANSFER OPPORTUNITY: Portable Science Enclosure Features Unique Innovations (MSC-TOPS-126)
    Buyer not available
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a portable science enclosure system for science experiments conducted aboard the International Space Station (ISS). This technology allows users to safely manipulate objects of study within a transparent enclosure and can support experiments requiring Biosafety Level 2 containment. The enclosure features innovative protective boundary layer designs that may be transferable to other containment systems. It has a compact, low-profile, rectangular design that is easily stowed and transported. The enclosure system, glove seal, and through-port are available for patent licensing. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    6640--EQUIPMENT - HEMATOLOGY ULTRA LOW FREEZER
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the procurement of an ultra-low freezer for the James J. Peters VA Medical Center in Bronx, New York, specifically for use in its pathology and laboratory medicine service department. The solicitation requires a brand name or equal product, emphasizing that used or refurbished equipment will not be accepted, and outlines key specifications including adjustable stainless-steel shelves, a temperature range of -50C to -86C, an alarm system, and a touchscreen display. Interested vendors must submit their quotations electronically by February 5, 2025, at 12:00 PM Eastern Time, and are encouraged to direct inquiries to Contract Specialist Sanchez Reid at Sanchez.Reid@va.gov or by phone at 908-647-0180 x214466. This opportunity is categorized as a Total Small Business Set-Aside under the NAICS Code 333415 and PSC Code 6640.
    RF Lambda Wide Band Solid State Power Amplifier
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a RF-Lambda Wide Band Solid State Power Amplifier, specifically the REMX08G11GE model, through a total small business set-aside contract. This amplifier is required to transmit signals at a minimum frequency of 10 GHz, with a small signal gain greater than 55 dB, and must be delivered to NASA's Glenn Research Center in Cleveland, Ohio, within a 16-week timeframe. The procurement is critical for upcoming testing that necessitates over 300 Watts of power, emphasizing the unique technical specifications of the RF-Lambda product that other vendors cannot meet. Interested authorized distributors must submit their offers, including a Letter of Authorization, by February 10, 2025, and direct any technical inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov by February 6, 2025.