Orion Crew Survival Systems (OCSS) project
ID: 80NSSC25895334QType: Special Notice
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; BASIC RESEARCH (AJ11)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Crew Survival Engineering (CSE) Laboratory Support Statement of Work (SOW) outlines the tasks and deliverables associated with CSE laboratory services at the Johnson Space Center (JSC). The main purpose is to support the Orion Crew Survival Systems (OCSS) project, aimed at safeguarding crew members during life-threatening situations. The SOW specifies the contractor's responsibility to provide 1,000 hours of CSE-qualified laboratory technician services and 50 hours of project management oversight. Services include hardware testing related to space suits, calibration, maintenance, and laboratory readiness within designated facilities. Deliverables consist of monthly status reports detailing activities, calibration statuses, hours utilized, and costs incurred, alongside presentations outlining lessons learned. This SOW emphasizes the critical role of laboratory support in ensuring the successful validation and verification of essential crew survival systems for upcoming Artemis missions, slated for hardware delivery by December 2024. The document serves as a formal framework for contractual obligations pertaining to federal contracts, highlighting adherence to established procedures and safety protocols, integral to the execution of high-stakes aerospace projects.
    NASA/NSSC 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 decision is supported by FAR 13.106-1(b)(1)(i), which identifies the company as the exclusive provider for this endeavor. The contract will be executed at NASA’s Johnson Space Center, with the intention of acquiring commercial items and services following FAR Part 12 and FAR Part 13 guidelines. The relevant NAICS Code for this procurement is 541330. Organizations interested in competing must submit their qualifications by 3 p.m. CST on March 14, 2025, to be considered for potential competition. The government retains discretion on whether to pursue competitive bidding based on the responses received. Oral communications regarding this procurement are not permitted. The document also lists the primary contact for inquiries and informs that the NASA Ombudsman clause is applicable.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    NASA's Johnson Space Center is seeking proposals from small businesses for the Simulation and Advanced Software Services II (SASS II) contract, aimed at delivering specialized services in space-based robotics, avionics, and flight software. The contract, structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ), will support various NASA programs, including the International Space Station, Orion, Gateway, and Artemis, over a five-year period. This procurement is critical for maintaining NASA's operational capabilities and advancing technological innovations in space exploration. Proposals are due by March 13, 2025, with inquiries directed to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    Human Health and Performance Contract 2 (HHPC2)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Human Health and Performance Contract 2 (HHPC2), aimed at enhancing crew health, safety, and productivity in support of human spaceflight activities. This procurement will involve compliance with a range of technical and operational standards, including rigorous performance evaluations and adherence to applicable documents related to human health and performance within aerospace contexts. The contract, structured as a Cost-Plus-Award-Fee (CPAF) arrangement, is set to commence on November 1, 2025, and will primarily take place at NASA's Johnson Space Center in Houston, Texas. Interested parties should direct inquiries to primary contact Yaranet Marquez at yaranet.marquez-1@nasa.gov or secondary contact Joseph Ocampo at joseph.t.ocampo@nasa.gov, with the final Request for Proposal (RFP) expected around December 6, 2024.
    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.
    Numerical Propulsion System Simulation® (NPSS®) Consortium
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking ongoing maintenance and upgrades for the Numerical Propulsion System Simulation® (NPSS®) software, which is crucial for analyzing thermodynamic systems in advanced propulsion and power applications. The procurement aims to ensure the software's continued capability and is aligned with a 2010 Software Use and Distribution Agreement with the Ohio Aerospace Institute, offering services at a pricing structure available to the lowest-tier NPSS consortium members. This initiative emphasizes collaboration within NASA's software development framework and reflects the agency's commitment to advancing technology in propulsion systems. Interested organizations with the capability to perform the required work must submit their qualifications in writing by 4:00 p.m. Central Standard Time on March 12, 2025, to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    ESS Module Testing Phase 3
    Buyer not available
    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.
    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.
    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.
    Precision Filters Networking Equipment, Cables and accessories
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Precision Filters Networking Equipment, Cables, and accessories, which are critical for the Orion OME thruster qualification testing. The procurement is specifically set aside for small businesses and includes a range of precise networking equipment, cables, and custom panel assembly, to be delivered to the NASA White Sands Test Facility in New Mexico within 60 to 90 days of order acknowledgment. This initiative emphasizes the importance of using Precision Filters products to ensure compatibility with existing systems and maintain operational efficiency in aerospace testing environments. Interested vendors must submit their quotes by March 17, 2025, and can direct inquiries to Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420, referencing Notice ID 80NSSC25897449Q.
    Joint Safety Health Institutional Facilities Team (JSHIFT)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is initiating a presolicitation for the Joint Safety Health Institutional Facilities Team (JSHIFT), aimed at establishing a competitive acquisition for a 5-year Firm Fixed Price (FFP) contract with an Indefinite Delivery Indefinite Quantity (IDIQ) component. This procurement will provide essential core services across various NASA centers, including Goddard Space Flight Center (GSFC), Johnson Space Center (JSC), and Langley Research Center (LaRC), with a contract structure comprising a 2-year base period followed by three one-year options. A virtual pre-solicitation conference is scheduled for March 10, 2025, from 2 pm to 4 pm Eastern Time, where prospective offerors can engage and submit questions; registration is required by March 6, 2025. Interested parties can reach out to Lisa Harvey at larc-jshift@mail.nasa.gov for further information regarding this opportunity.