MeltTool Custom Welding Camera
ID: 80NSSC24200878054QType: Solicitation
Overview

Buyer

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

NAICS

Welding and Soldering Equipment Manufacturing (333992)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    NASA's Shared Services Center has issued a solicitation for a custom welding camera, titled the "MeltTool Custom Welding Camera." This is a total small business set-aside contract, reserved for SBA-qualified applicants.

    The scope of work involves the design and development of a customized welding camera system with specific capabilities tailored to NASA's unique requirements. The agency seeks a solution that can capture high-quality images and videos during welding processes, with real-time image processing and analysis. Deliverables include both the hardware system and accompanying software for image capture and processing.

    To be eligible, applicants should have expertise in welding equipment manufacturing and preferably experience working with government agencies. NASA seeks a reliable partner to deliver a robust solution and applicants must demonstrate their ability to meet the specialized needs.

    Funding for this project is estimated at $100,000 to $250,000, with the potential for multiple awards being granted. The contract type will be a firm-fixed-price agreement.

    Interested parties should submit their proposals before the deadline, with the evaluation process focusing on the technical merit and price of the offered solutions. NASA reserves the right to award up to three contracts, with potential options for renewal.

    For clarification or questions, interested parties may contact Monica Wilson at monica.d.wilson@nasa.gov.

    The full solicitation details and the Request for Quotation (RFQ) are available in the attached files, providing further insights into the requirements and expectations.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Nikon SMZ18 Stereomicroscope
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a Nikon SMZ18 Stereomicroscope, which is essential for the Observational Cosmology Lab at NASA’s Goddard Space Flight Center. This specialized microscope is required for inspecting focal plane assemblies used in astrophysics technologies, with a magnification range of approximately 10X-200X, and must include an integrated camera and monitor to ensure the integrity of detector components. The procurement emphasizes the need for precision and reliability in instrumentation to support advancements in astrophysics research, with the project expected to be completed by January 1, 2025. Interested suppliers should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details regarding the proposal submission process.
    Eddyfi Ectane 3 with 64-channel ECA and SmartMUX
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure an Eddyfi Ectane 3 with a 64-channel Eddy Current Array (ECA) and SmartMUX system, which is crucial for inspecting critical welds in space launch systems. The procurement aims to achieve a 90% probability of detection (POD) with 95% confidence for cyclically grown fatigue cracks, utilizing advanced features such as compatibility with a 64-element probe arrangement and customization via Magnifi software. This specialized inspection system is vital for ensuring the safety and reliability of components used in space exploration, with delivery expected within five weeks of order placement at NASA Langley Research Center. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on September 16, 2024, to be considered for this sole source contract.
    TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a simplified hi-res flow visualization assembly. This assembly, developed by researchers at NASA's Langley Research Center, is a compact and easy-to-use optical system that enables focusing schlieren imaging. It reduces complexity and alignment time compared to conventional systems, and is self-aligned, compact, and cost-effective. The assembly can be attached to a commercial-off-the-shelf camera and is capable of fields-of-view of 10 and 300 millimeters. 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.
    Remedi Device Portable X-Ray Unit REMEX-KA6
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Remedi Device Portable X-Ray Unit, model REMEX-KA6, through a sole source contract with REMEDI INC., the exclusive supplier of this equipment. The procurement aims to acquire commercial items under FAR Part 12 and 13 procedures, with the performance location designated as NASA’s Glenn Research Center. This portable X-ray unit is crucial for various medical and surgical applications, enhancing operational capabilities within NASA's research and development initiatives. Interested parties are invited to submit their capabilities and qualifications in writing by 4 p.m. Central Standard Time on September 16, 2024, with all inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    TI development interance and Zyngus evaluation board
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking quotations for the procurement of a TI development interface and Zyngus evaluation board, which are critical for testing advanced detection systems in astrophysics missions. This procurement is designated as a brand-name requirement and involves the delivery of specific evaluation boards, including two Xilinx ZCU-111 RFSoC Evaluation Boards and two Texas Instruments TSW14DL3200EVM DAC Evaluation Boards, to the Goddard Space Flight Center in Greenbelt, Maryland. The successful delivery of these items is essential for the effective development and deployment of Kinetic Inductance Detectors (KIDs) and Transition-Edge Sensor (TES) bolometers, reinforcing NASA's commitment to cutting-edge space research. Interested small businesses must submit their quotes by September 19, 2024, and are required to provide their Unique Entity Identifier (UEI) along with compliance with federal regulations; for further inquiries, they can contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or call 228-813-6067.
    2025 Request for White Papers: NASA SBIR Phase II Sequential Awards
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is soliciting white papers for the 2025 Request for White Papers: SBIR Phase II Sequential Awards, aimed at small businesses with prior NASA SBIR Phase II awards. The initiative seeks to evaluate existing technologies that demonstrate potential for risk reduction and align with NASA's objectives, with funding amounts ranging from $2.5 million to $4 million for selected proposals. This opportunity is critical for advancing technologies in three specific Technical Need Areas (TNAs): Entry, Descent, and Landing Flight Instrumentation, Nuclear Electric Propulsion Subsystems, and Lunar Surface Power Management and Distribution Technologies. Interested firms must submit their white papers electronically by September 23, 2024, and can contact Kenneth E. Albright at kenneth.e.albright@nasa.gov or Steven Brockway at steven.m.brockway@nasa.gov for further information.
    Ruggedized Iridium SATCOM System
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide a ruggedized Iridium SATCOM system, specifically the Flightcell DZMx model, through a total small business set-aside contract. The procurement aims to acquire a communication system that meets stringent interoperability requirements with NASA's existing configurations, including capabilities for Push-To-Talk and phone calls, as well as compliance with DO-160G standards for environmental resilience. This specialized equipment is critical for ensuring reliable communication in diverse and challenging operational environments, supporting NASA's mission objectives. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov, ensuring compliance with federal acquisition regulations and registration at SAM.gov.
    NASA/MSFC Determinant Assembly for the SLS B1B Payload Adapter
    Active
    National Aeronautics And Space Administration
    NASA's Marshall Space Flight Center (MSFC) is seeking to procure a Determinant Assembly for the Space Launch System (SLS) Block 1B Payload Adapter through a sole source contract with Shape Fidelity, Inc. The procurement requires specialized engineering services that include structured light scanning, digital assembly, and CAD-guided drilling, all aimed at achieving precise assembly of the SLS Block 1B Payload Adapter Qualification article. This project is critical for NASA's aerospace missions, emphasizing the need for high precision and adherence to safety standards in the assembly process. Interested organizations must submit their capabilities and qualifications to Josh Stiles or Wade Amis via email by 5:00 P.M. C.D.T. on September 27, 2024, to be considered for this acquisition.
    Camera, Housing and Mount
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of specialized camera housing and mounting solutions through a combined synopsis/solicitation. The requirement includes ten units of Spectrum explosion-proof fixed cameras and their corresponding wall mounts, which are essential for operations in hazardous locations due to their unique compatibility and regulatory certifications. This procurement is set aside for small businesses, emphasizing the government's commitment to promoting participation from small business concerns, including those owned by service-disabled veterans. Interested parties must submit their bids via email to Andrea Jones at andrea.jones36.civ@army.mil by September 18, 2024, with delivery scheduled for October 3, 2024, at the McAlester Army Ammunition Plant.
    Brand Name Custom 465 Material manufactured by Carpenter Technology
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses to procure Brand Name Custom 465 welding wire manufactured by Carpenter Technology. The procurement involves acquiring 500 pounds of this specialized wire, specified at a diameter of 0.062 inches, which must meet Aerospace Material Specification (AMS) 5936 standards and be delivered in 12-inch precision layer wound spools. This material is crucial for aerospace manufacturing applications, ensuring compliance with rigorous industry specifications for military use. Proposals are due by 4:00 PM EST on September 24, 2024, and must be submitted electronically to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil, with all submissions adhering to the requirements outlined in the Statement of Work and CLIN Structure.