ESS Module Testing Phase 3
ID: 80NSSC25897775QType: Special Notice
Overview

Buyer

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

NAICS

Colleges, Universities, and Professional Schools (611310)

PSC

EDUCATION, TRAINING, EMPLOYMENT, & SOCIAL SVCS R&D SVCS; EDUCATION SVCS R&D; BASIC RESEARCH (AF11)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure services for the ESS Module Testing Phase 3, with plans to award a sole source contract to Wichita State University, the only supplier capable of fulfilling this requirement. The primary objective of this procurement is to conduct dynamic drop tests on Energy Storage Systems (ESS) used in electric Vertical Take-off and Landing (eVTOL) aircraft, ensuring compliance with FAA regulations for airworthiness certification. This testing is critical for evaluating the survivability of ESS modules during impact scenarios, which is essential for the safety and reliability of future aviation technologies. Interested organizations must submit their qualifications in writing by March 13, 2025, at 7 a.m. CST, as oral communications are not permitted; inquiries can be directed to Procurement Specialist Shanna Patterson at shanna.l.patterson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines NASA's Statement of Work for testing Energy Storage Systems (ESS) used in electric Vertical Take-off and Landing (eVTOL) aircraft, emphasizing the need for airworthiness certification. The primary objective is to perform dynamic drop tests on ESS modules to evaluate their survivability during impact scenarios, specifically a 50 ft drop as per FAA regulations. The test lab is required to conduct both practice and actual drop tests, ensuring proper instrumentation, data collection, and safety measures are in place. Key duties include providing temporary storage and transportation of test articles, implementing a comprehensive test plan with NASA, and complying with hazardous materials regulations for shipping post-test. Deliverables consist of raw data and video files alongside execution checklists. The contract is set to expire on June 30, 2026, underscoring the definitive timeline for the project's completion.
    The document outlines a recommendation from the NASA Shared Services Center to negotiate exclusively with the National Institute of Aviation Research (NIAR) for Environmental Stress Screening (ESS) Testing Services. The rationale for this sole source solicitation is based on NIAR's unique capabilities, including their existing equipment and personnel familiar with NASA's past testing methodologies. The estimated period of performance for this service extends through June 30, 2026. The recommendation emphasizes that engaging another vendor could lead to increased costs, delays, and uncertainties due to the need for a new vendor to replicate existing services. A previous market survey indicated that no other vendors are capable of providing similar capabilities, further justifying the selection of NIAR. Overall, this document serves to support a sole source procurement decision based on technical uniqueness, historical performance, and associated risks with alternative vendors.
    NASA's NSSC seeks to procure ESS Module Testing Phase 3, planning to award a sole source contract to Wichita State University, the only supplier for this service. The procurement will take place at NASA's Langley Research Center, utilizing commercial acquisition methods outlined in FAR Parts 12 and 13. The relevant NAICS code is 611310. Organizations interested in the contract have until March 13, 2025, at 7 a.m. CST to submit their qualifications in writing, as oral communications are not permitted. The decision on whether to proceed competitively lies with the government, which retains discretion in determining the procurement process. An Ombudsman for this acquisition is designated to address any concerns, further details are accessible through the provided URL. The main point of contact for inquiries related to this requirement is Procurement Specialist Shanna Patterson.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    TEES will model, predict, and report on behavior of the two-phase thermosyphon driven actuating radiator being developed for the PaCeSS EIF project. An actuator will be provided for the purpose of developing a mechanical and fluid interface to the PaCeSS t
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure research and development services from the Texas A&M Engineering Experiment Station (TEES) for the modeling and prediction of a two-phase thermosyphon driven actuating radiator, which is critical for the Passive fuel-Cell Surface-power System (PaCeSS) project. The contractor will be responsible for delivering a torque tube actuator to facilitate the development of a mechanical and fluid interface, with integrated benchtop testing scheduled at NASA's Johnson Space Center (JSC) by September 2025. This procurement is essential for advancing innovative engineering solutions in space power systems and is being conducted as a sole source requirement due to the unique capabilities of TEES, which holds a patented technology relevant to the project. Interested parties must submit their qualifications by 7 a.m. Central Standard Time on March 13, 2025, and can direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.
    60 EnSci Electrochemical Concentration Cell (ECC) ozonesondes.
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure 60 EnSci Electrochemical Concentration Cell (ECC) ozonesondes, which are critical for maintaining long-term balloon-borne ozone profile records essential for satellite validation and climate studies. The procurement will be conducted as a sole source contract with JH Acquisitions, LLC, the manufacturer of the existing ozonesondes, ensuring compatibility with current NASA equipment. The ozonesondes will be utilized at the Nairobi SHADOZ station, with operations expected to run from September 2025 through August 2026, facilitating ongoing monitoring of ozone and pollution trends vital for environmental research. Interested organizations must submit their capabilities and qualifications to the designated contacts by 4:00 p.m. Eastern Standard Time on March 14, 2025, to be considered for this procurement.
    Phasa-35 High-Altitude Long Endurance (HALE) Platform
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to procure aviation services for the Phasa-35 High-Altitude Long Endurance (HALE) platform, aimed at supporting airborne science missions from April 10, 2025, to September 29, 2030. The procurement includes engineering analyses, payload integration, aircraft modifications, testing, and flight operations support, all of which must comply with NASA standards and airworthiness requirements to facilitate critical scientific data collection. This opportunity is particularly significant as it involves a sole source contract with BAE Systems, the platform's developer and sole operator, due to their unique technical expertise and operational capabilities. Interested organizations are invited to submit their qualifications to Joshua Taggart via email by 5:00 p.m. CT on March 26, 2025, for consideration in determining the potential for competitive acquisition.
    Laser Screening and Lot Qualification Testing
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide laser screening and lot qualification testing services at the NASA Johnson Space Center in Houston, Texas. This procurement aims to ensure the rigorous testing of lasers used in the Primary Constituent Monitor (PCM) Project, which is critical for monitoring oxygen, carbon dioxide, and water levels in the Habitation and Logistics Outpost (HALO) module for the Artemis IV mission. The selected contractor will be responsible for conducting Electro-Optical Performance Testing, Laser Screening, and Lot Acceptance Testing, adhering to NASA standards to guarantee the reliability and safety of these essential components. Interested parties should contact Maya Evans at maya.e.evans@nasa.gov or Stephen Noethen at stephen.d.noethen@nasa.gov for further details.
    Environmental Test and Integration Services (ETIS) IV - eLibrary
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking contractors to provide Environmental Test and Integration Services (ETIS) IV at the Goddard Space Flight Center in Greenbelt, Maryland. The procurement aims to support a range of environmental testing services, including structural, electromagnetic, and thermal vacuum testing, essential for ensuring the safety and performance of aerospace systems. This initiative is critical for advancing NASA's space flight capabilities and ensuring compliance with rigorous testing standards. Interested parties can contact Eboni N. Washington or Bria Cromartie Whitehead via email for further details, with relevant documents available in the ETIS IV eLibrary.
    Orion Crew Survival Systems (OCSS) project
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to issue a sole source contract to Hamilton Sundstrand Space Systems International, Inc. for the design, development, testing, and integration of hardware for the Orion Crew Survival Systems (OCSS) project. This initiative is critical for ensuring the safety of crew members during life-threatening situations, particularly in support of upcoming Artemis missions, with hardware delivery anticipated by December 2024. The contract will involve providing 1,000 hours of Crew Survival Engineering laboratory technician services and 50 hours of project management oversight, with deliverables including monthly status reports and presentations on lessons learned. Interested organizations must submit their qualifications by 3 p.m. CST on March 14, 2025, to be considered for potential competition, and inquiries should be directed to Cara Craft at cara.s.craft@nasa.gov.
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    X-59 Aircraft System Specialized Operational, Repair, and Technical Support
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking specialized operational, repair, and technical support for the X-59 Aircraft System through a Sources Sought notice. This procurement aims to identify potential vendors capable of providing essential support activities related to air transportation, specifically for fixed-wing aircraft. The services are critical for the ongoing development and operational readiness of the X-59, which plays a significant role in advancing aeronautical research and technology. Interested parties can reach out to Roxana Romero at roxana.l.romero@nasa.gov or call 661-276-2429 for further information regarding this opportunity.
    Replacement hermitically sealed electrical feedthroughs for WSTF's Propulsion Test Office Test Stand 403.
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure replacement hermetically sealed electrical feedthroughs for the Propulsion Test Office's Test Stand 403 at the White Sands Test Facility (WSTF). The objective of this procurement is to upgrade obsolete electrical feedthroughs to support the development and testing of the Orion Main Engine (OME) for NASA's Artemis missions, ensuring compatibility with various propellants and suitability for vacuum conditions. The work is scheduled to take place from March 1, 2025, to December 1, 2025, with the contract intended to be awarded on a sole source basis to Douglas Electrical Components Inc., the sole provider of the required components. 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 March 17, 2025, to be considered for this procurement.
    5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the 5X Mission Assurance Support Services Recompete, aimed at providing engineering services related to reliability, quality assurance, and environmental compatibility for various JPL projects. The procurement emphasizes the need for qualified personnel in areas such as reliability engineering, system safety engineering, and quality assurance, with a focus on ensuring compliance with federal, state, and local regulations. This contract, which will be awarded for a four-year term with options for three additional years, is crucial for maintaining the integrity and success of NASA's mission-related activities. Interested parties must submit their proposals by March 28, 2025, at 3:00 PM local time, and can direct inquiries to Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or by phone at 818-354-1623.