Vacuum altitude test Chamber fabricated and installed
ID: 80NSSC25895596QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking small businesses to fabricate and install a vacuum altitude test chamber as outlined in Request for Quotation (RFQ) 80NSSC25895596. This procurement aims to enhance NASA's testing capabilities, which are critical for evaluating aerospace components under simulated altitude conditions. Interested vendors must ensure compliance with various federal regulations, including certifications regarding telecommunications equipment and labor practices, and must submit their proposals by February 25, 2025. For further inquiries, potential offerors can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov, with a deadline for technical questions set for February 21, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Aeronautics and Space Administration (NASA) issued Request for Quotation (RFQ) 80NSSC25895596 for the fabrication and installation of a vacuum altitude test chamber, with a submission deadline of February 25, 2025. This procurement is specifically set aside for small businesses and requires registration at www.sam.gov for eligibility. The RFQ includes a Statement of Work, instructions to offerors, evaluation criteria, and various solicited clauses and provisions. Offerors must respond in writing to any contractual or technical inquiries by February 21, 2025. Key certifications include representations regarding telecommunications equipment, and compliance with federal laws prohibiting contracting with certain entities, as well as assertions regarding the absence of child labor in production processes. The document stipulates that offers will remain valid for 30 days, and it highlights relevant FAR clauses that will govern the awarded contract. The RFQ emphasizes NASA's commitment to transparency and regulatory compliance while encouraging participation from eligible small businesses in defense of national interests.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Demolition of Aircraft and Various Other Test Articles
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is soliciting proposals for the demolition of abandoned aircraft and various test articles at its facilities, with a focus on small business participation. The contractor will be responsible for safely demolishing and removing specified items, including a Bell AH-1 Cobra helicopter and a Fokker F-28 aircraft, within 21 days of contract award, while adhering to strict safety and environmental regulations. This project is crucial for maintaining a clean and efficient research area, ensuring compliance with federal standards, and supporting NASA's commitment to transparency and small business engagement in federal procurement. Interested parties must submit their quotations by February 20, 2025, and can direct inquiries to Cody Guidry at cody.d.guidry@nasa.gov.
    FE110SR External Frontend
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is issuing a special notice for the procurement of the FE110SR External Frontend, which falls under the NAICS code 334515, focusing on instrument manufacturing for measuring and testing electricity and electrical signals. This opportunity aims to secure a specialized instrument that is critical for NASA's operational needs, ensuring precise measurement and testing capabilities. The goods and services sought are vital for various NASA projects, contributing to the agency's mission of advancing aeronautics and space exploration. Interested vendors can reach out to Kacey Hickman at kacey.l.hickman@nasa.gov for further details regarding the procurement process.
    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.
    NASA Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation, aimed at developing innovative technologies that can benefit both NASA missions and broader societal needs. Proposals must demonstrate technical feasibility, relevance to NASA's objectives, and include a clear commercialization strategy, with funding capped at $150,000 for a project duration of 13 months. This initiative emphasizes the importance of small businesses in federal research and development, particularly encouraging participation from socially and economically disadvantaged groups. Interested parties must submit their proposals by March 10, 2025, and can reach out to Kenneth E. Albright at Agency-SBIR-STTRSolicitation@mail.nasa.gov or by phone at 228-813-6127 for further information.
    PSL Replacement Video Equipment for a router input/output cards and data cable
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of replacement video equipment, specifically Utah Scientific components for input/output router cards and associated data cables. This procurement aims to restore the functionality of the PSL video system at NASA Glenn Research Center, which has experienced failures due to outdated components. The required items include specific modules compatible with the Utah Scientific UTH-100/UDS 288 video router, along with a 10-foot data cable assembly, to ensure continued operational capabilities in video systems utilized at the center. Interested small businesses must submit their quotes by February 27, 2025, and can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420 for further details.
    Siemens Simcenter Flomaster Fluid System & Dynamic AP SW Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its licenses for the Siemens Simcenter Flomaster Fluid System and Dynamic AP Software for fiscal year 2025. This procurement is essential for ongoing engineering support of Rocket Propulsion Test Projects at the Stennis Space Center, where the software's unique capabilities are critical for maintaining operational efficiency and project integrity. The contract period is set from January 1, 2025, to December 31, 2025, with responses to the solicitation due by February 25, 2025. Interested small businesses must register at SAM.gov and direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.
    NASA Small Business Innovation Research (SBIR) Phase I Fiscal Year 2025
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Innovation Research (SBIR) Phase I for Fiscal Year 2025, aimed at fostering innovative technologies that support NASA's missions. Eligible small businesses, defined as those with 500 or fewer employees, are required to submit proposals that demonstrate feasibility and potential for commercial viability, with a maximum funding of $150,000 available for a six-month project duration. This initiative is crucial for advancing aerospace technology and enhancing the broader economy, as it emphasizes sound business practices and market readiness. Proposals must be submitted via the Proposal Submissions and Award Management System (ProSAMS) by March 10, 2024, and interested parties can reach out to Kenneth E. Albright at Kenneth.E.Albright@nasa.gov or Steven Brockway at steven.m.brockway@nasa.gov for further information.
    Ames High-Rate Composite Manufacturing Facility (AHRCM)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking information from potential vendors regarding the Ames High-Rate Composite Manufacturing Facility (AHRCM) project. This opportunity is focused on sourcing capabilities related to space research and technology, specifically in the realm of composite manufacturing processes that are critical for advancing aerospace applications. The successful implementation of this project will enhance NASA's ability to conduct high-rate composite manufacturing, which is vital for the development of future space exploration technologies. Interested parties should reach out to Alex Mazhari at N210@nasa.onmicrosoft.com or Noor Khazendar at noor.khazendar@nasa.gov for further details.
    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.
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    Buyer not available
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV Draft Request for Proposal (RFP), aimed at acquiring specialized engineering services for environmental testing and integration related to spacecraft and flight experiments. The procurement encompasses a range of services, including mechanical and optical integration, facility maintenance, and operational support, with a focus on ensuring compliance with safety and quality standards throughout the contract period. This initiative is critical for supporting NASA's mission in space science and technology development, with a contract value anticipated between $4 million and $329 million. Interested vendors must submit their comments on the draft RFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the proposal requirements. For inquiries, contact Eboni N. Washington at eboni.n.washington@nasa.gov or Bria Cromartie Whitehead at bria.d.cromartiewhitehead@nasa.gov.