Shock Testing of GFE Reefing Line Cutters at Element US Space & Defense.
ID: 80NSSC25904501QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

EQUIPMENT AND MATERIALS TESTING- AMMUNITION AND EXPLOSIVES (H213)

Set Aside

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

    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to conduct shock testing of Government-Furnished Equipment (GFE) Reefing Line Cutters at Element US Space & Defense in Houston, Texas. The procurement involves specific requirements for shock testing, including the use of standard accelerometers and adherence to a half-sine pulse requirement, with NASA providing a test fixture for the project. This testing is critical for ensuring the safety and operational effectiveness of equipment used in aerospace applications. Interested vendors must submit their quotes by June 9, 2025, referencing tracking number 80NSSC25904501Q in their correspondence, and can direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the requirements for shock and vibration testing of government-furnished Reefing Line Cutters (RLCs) by a contractor. The testing includes shock tests to develop a specific shock pulse, with three tests in each orthogonal axis for two types of RLCs (8-Second and 16-Second). Additionally, vibration tests will also be performed in all axes. A comprehensive test report detailing observations, results, and necessary data, including photographs and calibration information, is to be delivered within two weeks of test completion. Safety protocols must be followed due to the explosive nature of the RLCs, requiring precautions during testing and handling. The logistics of packaging and shipping the RLCs back to NASA are specified, including the necessity to return them with safety pins installed. The document emphasizes compliance with safety regulations and NASA’s oversight during test execution to ensure integrity and safety throughout the testing process.
    The document outlines testing requirements for explosive test articles conducted by a contractor for NASA, emphasizing data acquisition and safety. It details the necessity for accelerometer data, visual inspections before and after tests, and the presence of NASA personnel during testing. Contractors must demonstrate prior experience with explosive devices and deliver test reports within two weeks of testing completion. Safety regulations mandate adherence to applicable federal, state, and local codes, explicitly outlining handling precautions for explosive materials with inherent hazards. Packaging and shipping conditions are specified, requiring test articles to be returned in their original packaging and ensuring safety pins are installed during shipment. This document serves as part of NASA's Request for Proposal (RFP) process, establishing clear expectations for contractors while focusing on safety and compliance in handling explosive materials.
    The document outlines the specifications and components for a Shock Fixture, RRL Reefing Line Cutter, developed for NASA's Lyndon B. Johnson Space Center in Houston, Texas. It details the parts required for assembly, including material specifications for aluminum (6061-T651) and other components, along with associated industry standards. The primary objective is to provide guidelines for the fabrication of each item, ensuring components meet precise tolerances and surface finish requirements, essential for the effective functioning of the Shock Fixture. Additionally, the document includes comprehensive engineering drawings that illustrate assembly design, part numbers, and detailed fabrication notes for quality control. Essential quality measures for fabrication are specified, such as removing sharp edges and adhering to NASA and engineering drawing system manuals. Highlighting safety and compliance in aerospace engineering, the document reflects the critical nature of adhering to established specifications in government contracting, particularly in the context of federal projects that require rigorous attention to detail for safety and operational effectiveness.
    The document addresses questions regarding the shock testing of Government-Furnished Equipment (GFE) reeving line cutters at Element US Space & Defense under the RFP 80NSSC25904501Q. It confirms that only shock testing is required, specifying a half-sine pulse requirement without ambiguity concerning the use of a laser vibrometer, which is not mandatory, as standard accelerometers are sufficient. NASA will provide a test fixture capable of accommodating six cutters, to be replaced during testing, clarifying logistical aspects. This exchange illustrates the precise nature of requirements within federal government contracts, emphasizing adherence to established testing parameters while ensuring flexibility in implementation. The document serves as a vital communication tool for contractors, ensuring clarity regarding project specifications and expectations in the context of federal procurement processes.
    NASA is recommending a sole source procurement from Element U.S. Space & Defense for shock testing services, citing their unique capabilities and prior successful work under earlier contracts. The specialized nature of the testing requires a distinct method not offered by competitors, and using another vendor would incur significant additional time and costs without guaranteeing comparable results. Therefore, Element is deemed the only viable option for the required data and testing.
    NASA/NSSC plans to contract NTS TECHNICAL SYSTEMS, LLC for shock testing of Government-Furnished Equipment (GFE) Reefing Line Cutters, with performance to occur at the Johnson Space Center. This sole-source procurement is justified under FAR 13.106-1(b)(1)(i), as NTS is deemed the only capable provider for these specific services. The project will utilize commercial items and services following FAR Part 12 and Part 13 guidelines, and is classified under NAICS Code 541715. Organizations interested in competing may submit their qualifications by June 3, 2025, at 7 a.m. Central Standard Time. Responses will be evaluated solely to determine if the procurement will be conducted competitively. The Government retains the discretion to proceed without competition based on these submissions. Oral communications regarding this notice are not permitted. Interested parties can contact the procurement specialist, Shanna Patterson, for further information.
    The National Aeronautics and Space Administration (NASA) is issuing a Request for Quotation (RFQ) for shock testing of Government-Furnished Equipment (GFE) Reefing Line Cutters at Element US Space & Defense. This RFQ outlines essential requirements, including a Statement of Work, bid schedule, instructions for offerors, solicitation provisions, and quote evaluation criteria. Bids must include specific details such as the CAGE/UEI code, FOB destination, and lead time for delivery. The procurement is exclusively set aside for small businesses, requiring registration with SAM.gov. Quotes are due by June 9, 2025, along with written questions regarding the solicitation until June 5, 2025. Notable compliance requirements include completing specific FAR provisions regarding telecommunications equipment and certifications associated with various business classifications. The document emphasizes adherence to federal regulations, ensuring that offerors maintain integrity regarding child labor practices, tax liabilities, and previous debarments. Overall, this procurement reflects NASA’s commitment to ensuring qualified businesses participate in contracting opportunities, reinforcing compliance with legal, ethical, and operational standards.
    Similar Opportunities
    SHOCK DATA RECORDER AND ACCELEROMETERS
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking small businesses capable of providing Shock Data Recorders and Accelerometers as outlined in the Sources Sought Notice MICC-FH-033557. The procurement requires a robust data acquisition system, including the SLICE6 AIR, which must feature a compact housing, a 500g shock rating, a 10,000Hz sample rate, and the capability to measure various parameters such as shock and GPS data, while supporting time synchronization for multiple devices. This equipment is critical for operational testing and data collection in airborne and special operations, ensuring precise measurements under challenging conditions. Interested parties should submit their responses by January 2, 2026, to Krista DuBose or Lucy Bonner via email, providing details about their company, small business status, and relevant experience.
    ACCELEROMETER,MECHA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of accelerometers under a fixed-price contract. The primary objective is to manufacture and supply accelerometers that meet specific military standards, including compliance with MIL-STD packaging and government source inspection requirements. These accelerometers are critical components used in various defense applications, ensuring accurate navigation and guidance systems. Interested vendors must submit their quotes electronically to the designated contact, Sherry Kaylor, at sherry.l.kaylor.civ@us.navy.mil, with a minimum quote expiration of 90 days. The solicitation emphasizes the need for authorized distributors and adherence to specific quality assurance and inspection protocols.
    Supplemental Vibration Retesting Services for Navy Ultraviolet Ballast Water Treatment System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to award a firm fixed price contract for Supplemental Vibration Retesting Services for the Navy Ultraviolet Ballast Water Treatment System (BWTS) on a sole source basis. The contractor will be responsible for conducting vibration retesting at their facility, utilizing existing procedures, and providing a detailed test report following the completion of the testing process. This service is critical for ensuring the operational integrity of the BWTS, which is essential for maintaining compliance with environmental regulations aboard naval vessels. Interested parties must submit their quotes by 09:00 AM on December 16, 2025, and include necessary documentation such as pricing, CAGE Code, and business size, as the procurement is not set aside for small businesses.
    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 through a Draft Request for Proposal (DRFP) designated as 80GSFC24R0012. The procurement aims to secure contractor support for environmental testing, mechanical and optical integration, and operational support for spacecraft and flight experiment components, with a focus on maintaining high standards of safety and quality. This contract is critical for NASA's mission in space science and technology development, ensuring robust testing and integration processes are in place. Interested vendors must submit their comments and questions regarding the DRFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the project requirements.
    Test, Evaluation, and Support Team 4 (TEST4)
    Buyer not available
    NASA's Johnson Space Center is hosting a virtual Industry Day for the Test, Evaluation, and Support Team 4 (TEST4) procurement, aimed at engaging firms interested in contracting opportunities related to the White Sands Test Facility (WSTF). The event will provide an overview of the TEST4 acquisition, the current work processes at WSTF, and an opportunity for industry feedback on the proposed procurement plan. WSTF specializes in hazardous testing environments and supports various NASA programs, including the International Space Station and Artemis Orion Program, among others. Interested parties must register by December 9, 2025, and can submit questions to the Contracting Officer, Regenia M. Goldsmith, at jsc-wstf-test4@mail.nasa.gov, with further details available on the TEST4 website.
    TTTech Switch Lab Space Switches
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.
    NASA Request for Information (RFI) – Neutral Buoyancy Laboratory (NBL) Facility Commercial Utilization
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking interest from various organizations to utilize its Neutral Buoyancy Laboratory (NBL) facility located in Houston, Texas. This Request for Information (RFI) aims to explore collaboration opportunities for activities such as zero-gravity simulations, underwater training, and on-water search and rescue operations, leveraging the NBL's extensive capabilities and infrastructure. The facility, one of the largest indoor pools globally, supports a range of operations and is equipped with advanced safety and operational features, making it suitable for both commercial and governmental projects. Interested parties must submit their responses by 5:00 p.m. CST on July 28, 2025, via email to J.R. Carpentier at john.r.carpentier@nasa.gov, providing relevant details about their proposed usage without including proprietary information.
    SNA Software LLC. Limited Source Justification
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
    25--SHOCK ABSORBER,DIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 33 units of the NSN 2510015932844 Shock Absorber, Dire, under a Total Small Business Set-Aside. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of four units. The shock absorbers are critical components for vehicular equipment, ensuring operational efficiency and safety in military vehicles. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.