assembly and acceptance testing of two (2) 112-cell lithium-ion battery bricks
ID: 80NSSC900495QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONUS

NAICS

Testing Laboratories and Services (541380)

PSC

ENERGY R&D SERVICES; ENERGY SUPPLY; BASIC RESEARCH (AG11)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 5:00 PM UTC
Description

NASA's National Aeronautics and Space Administration (NASA) is seeking a contractor for the assembly and acceptance testing of two (2) 112-cell lithium-ion battery bricks, with the work to be performed at NASA's Johnson Space Center in Houston, Texas. The primary objective of this procurement is to assemble the battery bricks using NASA-provided components while adhering to specific design parameters from the 2017 Orion program, ensuring rigorous quality control and comprehensive testing of the assembled units. This project is critical for advancing aerospace technology and will follow the guidelines of FAR Part 12 and FAR Part 13, with a total small business set-aside under FAR 19.5. Interested parties must submit their capabilities and qualifications in writing by 12:00 p.m. Central Standard Time on April 15, 2025, to determine if the procurement will proceed competitively or remain a sole source contract. For further inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 4:09 PM UTC
The document outlines a Statement of Work (SOW) for the assembly and testing of Li-ion Superbricks, intended for use in the LEMS-A3 system. The primary objective is to assemble two superbricks and one spare brick using NASA-provided components while adhering to specific design parameters from the 2017 Orion program. The contract tasks include receiving screened lithium-ion cells, verifying welding procedures, assembling the superbricks per technical drawings, and performing a comprehensive acceptance test, measuring characteristics such as mass, capacity, and insulation resistance. Key deliverables include shipping two completed superbricks and comprehensive test results to NASA within designated timelines, with clear responsibility for packaging and shipping outlined. The document emphasizes rigorous quality control measures, including weld specifications and thorough testing protocols, ensuring the product meets NASA's stringent operational requirements. This project reflects the government's commitment to advancing aerospace technology through collaborations with contractors while maintaining strict oversight and compliance.
Apr 11, 2025, 4:09 PM UTC
NASA/NSSC is seeking to enter a sole source contract with SYMMETRY RESOURCES INC for the assembly and acceptance testing of two (2) 112-cell lithium-ion battery bricks, due to SYMMETRY being identified as the sole provider for this service. The performance of this contract will occur at NASA's Johnson Space Center. The procurement will follow the guidelines of FAR Part 12 and FAR Part 13, with an NAICS code classification of 541380. Interested parties are invited to submit their capabilities and qualifications in writing by 12:00 p.m. Central Standard Time on April 15, 2025. These submissions will determine if the procurement will proceed competitively or remain a sole source contract, which is at the government's discretion. Oral communications regarding this notice are discouraged. Additionally, NASA Clause 1852.215-84, regarding an Ombudsman, is applicable, and related information can be accessed online.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Zone B Power Distribution Unit Integration into Energy and Power Monitoring System
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure integration services for the Zone B Power Distribution Unit into its Energy and Power Monitoring System. This procurement is intended to be a sole source contract with SCHNEIDER ELECTRIC USA, INC., as they are identified as the only provider capable of fulfilling this requirement. The integration is critical for enhancing NASA's energy management capabilities at the Stennis Space Center in Mississippi. Interested organizations may submit their qualifications in writing to the primary contact, Tracy Bremer, at tracy.g.bremer@nasa.gov by 4:00 p.m. Central Standard Time on April 25, 2025, to be considered for this procurement process.
BATTERY, STORAGE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the acquisition of storage batteries under solicitation number SPE7LX25R0041. This procurement aims to establish a long-term Indefinite Quantity Contract with firm fixed pricing for a base period of three years, with an option for an additional year, to support military depots with DLA Direct replenishment coverage. The selected contractor will be responsible for providing batteries classified under the National Stock Number (NSN) 6140014469506, with an estimated yearly quantity of 19,139 units. Interested parties should contact Matthew Stein at 445-737-2692 or via email at Matthew.Stein@dla.mil for further details, and must be prepared to comply with the Small Business Participation Commitment Document, which mandates a 3% annual target for small business engagement. The solicitation will be available online starting May 6, 2025.
BATTERY, STORAGE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for a long-term Indefinite Quantity Contract for the acquisition of storage batteries, specifically under solicitation number SPE7LX25R0030. This contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and an option for an additional year, totaling a potential four-year commitment. The selected contractor will be responsible for supplying batteries classified under the National Stock Number (NSN) 6140016106102, with an estimated yearly quantity of 2,374 units. Interested parties should contact Matthew Stein at (445) 737-2692 or via email at Matthew.Stein@dla.mil for further details, and must be prepared to engage in a Reverse Auction process as part of their proposal submission. The solicitation will be available online starting April 16, 2025.
Oxygen Transmission Rate (OTR) Film Testing
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide Oxygen Transmission Rate (OTR) Film Testing Services to support the Inflatable Softgoods Test Program at the Johnson Space Center in Houston, Texas. The contractor will conduct OTR tests on 80 specimens in accordance with ASTM D3985 standards, utilizing controlled conditions of 100% oxygen, humidity, and specified temperature ranges, with testing scheduled in five batches from May 2025 to February 2026. This testing is crucial for advancing NASA's research in material science and ensuring safety in aerospace applications. Interested vendors must submit their quotes by April 28, 2025, and direct any questions to Cara Craft at cara.s.craft@nasa.gov, ensuring they are registered in the System for Award Management (SAM) to be eligible for the contract.
BATTERY, STORAGE / BATTERY ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking qualified vendors for the acquisition of various National Stock Numbers (NSNs) related to rechargeable batteries, specifically NSNs 6140-01-160-3873, 6140-01-484-5349, 6140-01-492-0227, 6140-01-520-6830, 6140-01-520-7112, and 6140-01-662-7350. This procurement aims to establish an Indefinite Quantity Long-Term Contract with a base period of three years and two optional years, with a total duration not exceeding five years. The batteries are critical for military operations, ensuring reliable power sources for various defense applications. Interested parties should note that the solicitation will be available on April 16, 2025, via the DLA Internet Bid Board System (DIBBS), and all inquiries can be directed to Anna Douglass at anna.douglass@dla.mil or by phone at 614-692-2911.
61--BATTERY,STORAGE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of storage batteries under solicitation number NSN 6140016772079. The requirement includes multiple line items for delivery to various U.S. Navy vessels, with quantities ranging from 1 to 5 units per ship, all to be delivered within 60 days after order. These batteries are critical for the operational readiness of naval vessels, ensuring reliable power supply for various onboard systems. Interested vendors, particularly small businesses, are encouraged to submit their quotes electronically, with all inquiries directed to the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
HLS MLT Project requires 2 Sea Catch TR-11 AIR units, with tethered safety pin, load tested with certificate provided. Please provide certificate of conformance.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide two Sea Catch TR-11 AIR units, which are critical components for the HLS MLT Project. The procurement requires that these units include tethered safety pins and come with a certificate of conformance, ensuring compliance with safety and operational standards. This opportunity is set aside for small businesses, reflecting NASA's commitment to promoting equal opportunity in federal contracting, and all quotes must be submitted by April 29, 2025. Interested vendors should contact Shanna Patterson at shanna.l.patterson@nasa.gov and ensure they reference the tracking number 80NSSC25901547Q in their submissions.
Vacuum Chamber 1.1 for LESTR 2- additional parts specified in SOW
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a vacuum chamber, designated as Vacuum Chamber 1.1 for LESTR, along with additional specified parts as outlined in the Statement of Work (SOW). This procurement is critical for NASA's operations, as the vacuum chamber will play a significant role in various testing and research applications within the agency. Interested small businesses must register at www.sam.gov and submit their quotes by April 29, 2025, while adhering to specific compliance requirements regarding telecommunications, labor practices, and foreign ownership. For further inquiries, potential offerors can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
Nacelle Covers for Plug25 Project
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the fabrication and machining of Nacelle Covers for the Plug25 Project, utilizing .063” Thick 316 Stainless Steel in accordance with ASTM A240 standards. This procurement is part of NASA's ongoing efforts to enhance aerospace technology and requires vendors to ensure full dimensional inspections, proper documentation, and weekly status updates throughout the production process. The completed Nacelle Covers must be delivered to the NASA Glenn Research Center by June 18, 2025, with quotes due by April 29, 2025. Interested offerors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details and to reference Notice ID 80NSSC25900029 in all correspondence.
Replacement X-ray Detector
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a Replacement X-ray Detector for its Bruker M4 Tornado X-ray Fluorescence spectrometer, which is currently non-operational due to the failure of the existing detector. The new solid-state detector must meet specific technical requirements, including a large 60 mm² window, a resolution of less than 145 eV at 275,000 counts per second for manganese K-alpha, and detection limits for elements at the parts per million (ppm) level. This procurement is critical for maintaining operational capabilities in scientific research, particularly for projects related to the NASA Curiosity rover mission on Mars. Interested vendors must submit their capabilities and qualifications to the designated contacts by 11:59 a.m. Eastern Standard Time on April 25, 2025, to be considered for this sole source contract, which will be awarded to Bruker AXS LLC.