UPGRADE, FORTUS 900 PLUS,NYLON 12/SR110
ID: 80NSSC25900098QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Transportation Equipment Manufacturing (336999)

PSC

IT AND TELECOM - MOBILE DEVICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7E21)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) is seeking bids for the upgrade of the Fortus 900 Plus 3D printer, utilizing specific materials from Stratasys, Inc. This procurement includes essential items such as soluble release support canisters, nylon filament canisters, and a nylon material license, aimed at enhancing NASA's operational capabilities in 3D printing technology. The upgrade is critical for supporting ongoing projects at NASA Langley Research Center, reflecting the agency's commitment to advancing its manufacturing capabilities. Interested vendors must submit their quotes by April 29, 2025, and are required to be registered in the System for Award Management (SAM) to comply with federal procurement regulations. For further inquiries, vendors can contact Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for the procurement of materials and equipment intended for use at NASA Langley Research Center. The requirement includes various items such as soluble release support canisters and nylon filament canisters, with specified quantities and part numbers. Additional accessories such as a nylon material license for Fortus 900MC and a material upgrade to allow nylon processing are also included. The delivery timeline is estimated at two weeks after receipt of order. This procurement effort is indicative of ongoing support for 3D printing technology within the agency, aiming to enhance operational capabilities with advanced materials. The document is structured to present objectives and requirements, list specific items, and detail the place and period of performance, reflecting standard practices in government RFP processes. Overall, it underscores a commitment to acquiring necessary materials to support NASA's ongoing projects effectively.
    The document is a Request for Quotation (RFQ) from the NASA Shared Services Center seeking bids for an upgrade of the Fortus 900 Plus 3D printer using specific materials from Stratasys, Inc. The solicitation includes multiple sections, including a Statement of Work, Instructions for Offerors, Solicitation Provisions, Clauses/Terms and Conditions, and Quote Evaluation Criteria. Interested vendors must provide quotes by April 29, 2025, with certain conditions including being registered in the System for Award Management (SAM) and adhering to federal regulations regarding telecommunications and equipment. Additionally, specific provisions concerning telecommunications services, representations related to the offeror's structure, responsibility, business operations, and federal compliance are outlined in detail. Overall, the RFQ emphasizes a competitive bidding process focused on acquiring equipment and services that meet NASA’s stringent operational requirements while ensuring compliance with federal procurement policies.
    NASA has released Request for Quotation (RFQ) 80NSSC25900098Q for upgrading the Fortus 900 Plus using Nylon 12/SR110, specifically requiring Stratasys, Inc. brand name components. The solicitation includes sections on the Statement of Work, Offeror Instructions, Provisions/Certifications, Clauses/Terms and Conditions, and Quote Evaluation Criteria. Interested vendors must submit quotes by April 10, 2025, and ensure registration at www.sam.gov. The procurement is set aside for small businesses, and all contractual queries should be emailed to the designated contact by April 9, 2025. Additional compliance provisions include Telecommunications Equipment Representations and certifications, with specific clauses incorporated by reference pertaining to regulations and reporting for Federal contracts. Key facets of submission include providing contact information, understanding procurement terms, recognizing additional requirements such as Buy American clauses, and ensuring compliance with specific operational standards and restrictions. The document emphasizes the necessity for potential offerors to fully understand and meet certification requirements, including those regarding telecommunications and financial integrity related to federal contracting. This initiative reflects NASA's commitment to procurement transparency and regulatory adherence while promoting small business opportunities within government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Thermoplastic composite prepreg
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure Thermoplastic composite prepreg, with the intention of issuing a sole source contract to JDR Industries, Inc., the sole provider of this material. This procurement is critical for NASA's projects, particularly in the development of advanced composite structures for aerospace applications, and will be performed at the NASA Langley Research Center. Interested organizations are invited to submit their capabilities and qualifications by 12:00 p.m. Central Standard Time on December 15, 2025, to the primary contact, Monica Wilson, at monica.d.wilson@nasa.gov, as the government will evaluate submissions to determine if a competitive procurement is warranted.
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.
    Notice of Sole Source Justification: Velo3D Sapphire Additive Manufacturing System 1-Year Lease
    National Aeronautics And Space Administration
    NASA's Marshall Space Flight Center (MSFC) is seeking to award a sole source contract for a one-year lease of the Velo3D Sapphire Metal Additive Manufacturing (AM) System from Velo3D Inc. This procurement is critical for NASA's evaluation and certification of flight components for the Human Landing System (HLS) and Space Launch System (SLS) vehicles, as hands-on experience with this specific machine is necessary to ensure safety and compliance in manufacturing processes. The Velo3D Sapphire system is uniquely positioned to meet the high-risk evaluation needs identified by the NASA Engineering Safety Center (NESC), which is managing this project. Interested parties can direct inquiries to Yong Castillo at yong.h.castillo@nasa.gov or Sadie Moulton at sadie.m.moulton@nasa.gov for further details.
    DTS SLICE NANO Hardware
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure DTS SLICE NANO Hardware from Diversified Technical Systems, Inc. (DTS) as a sole source requirement. This procurement is critical for replacing systems that were damaged during SpaceX Bay 12 testing, specifically for the Anthropomorphic Test Device (ATD) used at NASA Langley Research Center (LaRC) for crash testing. The DTS SLICE NANO system is essential for maintaining operational continuity and ensuring the integrity of critical instrumentation data during tests, as utilizing an alternative vendor would jeopardize ongoing operations and lead to significant delays and costs. Interested organizations may submit their capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as the government retains discretion on whether to conduct a competitive procurement process.
    In Space Manufacturing-Advanced Space Technologies for Resilient Operations (ISM-ASTRO)
    National Aeronautics And Space Administration
    NASA's George C. Marshall Space Flight Center (MSFC) is issuing a Request for Information (RFI) regarding In-Space Manufacturing-Advanced Space Technologies for Resilient Operations (ISM-ASTRO) to gather industry feedback on advancing in-space manufacturing capabilities, particularly focusing on metallic manufacturing methods. The objective is to define the current state of in-space manufacturing, identify mission infusion points that align with commercial plans, and determine near-term actions to enhance these methods for sustained presence in Earth orbit, the Moon, Mars, and other celestial bodies. This initiative is crucial for NASA's strategic goals, as it aims to increase mission flexibility, reduce reliance on spare parts, and promote exploration and innovation in space technologies. Interested parties are encouraged to submit their responses by January 16, 2026, to Brent Evans at brent.l.evans@nasa.gov or Jennifer Jones at jennifer.m.jones@nasa.gov, with responses limited to eight pages.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    Materials-Limited Technologies for the Moon and Mars
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking industry input through a Request for Information (RFI) regarding materials-limited technologies applicable to its Moon and Mars exploration initiatives. The objective is to gather insights on potential technologies that can address NASA's identified Civil Space Shortfalls, particularly those hindered by structural materials challenges, which may include advancements in non-metallic materials or innovative materials processing. This RFI is crucial for informing future opportunities and collaborations, with responses due by 5:00 PM EDT on January 16, 2026, and should be submitted electronically to the designated NASA contacts, including Godfrey Sauti at godfrey.sauti-1@nasa.gov.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    LaRC Abaqus Software Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.