Fabrication of Irradiation Pressure Vessels
ID: 80NSSC25891318QType: Special Notice
Overview

Buyer

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

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

ENERGY R&D SERVICES; EMERGENCY ENERGY PREPAREDNESS; EXPENSES FOR R&D FACILITIES AND MAJOR EQUIPMENT (AG35)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 20, 2025, 3:00 PM UTC
Description

NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the fabrication of Irradiation Pressure Vessels, a sole source requirement essential for a Fission Surface Power irradiation experiment. The procurement necessitates that the vessels be produced by an ASME certified shop to ensure compliance with stringent quality standards and timely delivery, with NBW Inc. identified as the only qualified vendor capable of meeting these requirements. This project is critical for advancing NASA's research in energy technologies, and interested parties have until 9:00 a.m. Central Standard Time on January 20, 2025, to submit their qualifications for potential competition, although the decision to proceed competitively remains at the government's discretion. For further inquiries, interested vendors may contact Procurement Specialist Tessa Martinez at tessa.m.martinez@nasa.gov.

Point(s) of Contact
Files
Title
Posted
Jan 14, 2025, 9:05 PM UTC
The document outlines a procurement specification for components related to the JR_M4 assembly intended for use at the NASA John H. Glenn Research Center. It lists details for four items, including two primary components (the JR_M4_Body and JR_M4_Top) and a third part designated as SS-3NRF4 from Swagelok Company, all of which are made from titanium. The specification emphasizes the importance of precision in manufacturing, detailing tolerances, surface finish requirements, and deburring guidelines. It adheres to ASME standards, indicating the necessity for exact measurements in engineering applications. Overall, this document serves as a technical guide for suppliers or manufacturers involved in delivering these components, ensuring compliance with NASA's stringent requirements for quality and performance within aerospace applications.
Jan 14, 2025, 9:05 PM UTC
The government document outlines technical specifications for components made from titanium at the National Aeronautics and Space Administration's John H. Glenn Research Center. It details a quantity of six units required, including the project name and engineering tolerances in accordance with ASME standards. The specific attributes of the components denote surface finish requirements, deburring procedures, and dimensional tolerances, including standard variations for length and angle measurements. The document emphasizes the criticality of precision in manufacturing processes to ensure compatibility with the associated assembly model labeled JR_M4_Body. The specifications indicate a structured approach to engineering design, focusing on maintaining stringent quality and manufacturing standards necessary for aerospace applications. Overall, this serves as a key reference for contractors responding to related RFPs in the aerospace sector, ensuring compliance with federal standards.
Jan 14, 2025, 9:05 PM UTC
The document outlines specifications for a titanium component to be used in the assembly of the JR_M4_Top model at the NASA John H. Glenn Research Center. It details a quantity of five required parts, including design tolerances and manufacturing guidelines, adhering to ASME Y14.5M standards from 1994. Essential specifications include a surface finish requirement of 63 microinches (RA) or better, edge deburring, and critical dimensional tolerances ranging from ±0.5 degrees to ±0.005 inches. The document emphasizes adherence to these precise quality standards, ensuring the component's performance in aerospace applications. Overall, it serves as a technical directive for the procurement and manufacturing processes in alignment with government RFPs, focusing on precision and quality control in component fabrication.
Jan 14, 2025, 9:05 PM UTC
NASA’s Shared Services Center recommends negotiating solely with NBW Inc. for the fabrication of pressure vessels needed for a Fission Surface Power irradiation experiment, expected to incur significant costs with delivery set for January 2025. The vessels must be produced by an ASME certified shop to obtain the necessary U-stamp certification and to meet tight delivery timelines. NBW Inc. meets all stipulated requirements, making them the only feasible vendor to handle both the lead-time and certification conditions. The document highlights that using alternate vendors would likely result in cost increases and schedule delays due to their inability to meet the stringent requirements, thereby undermining the project's timeline. This solicitation stance is justified based on extensive market research confirming NBW Inc.’s unique capabilities essential for the project's success.
Jan 14, 2025, 9:05 PM UTC
NASA's Glenn Research Center requires the fabrication of Irradiation Pressure Vessels and intends to award a sole source contract to NBW INC, determined to be the sole provider for this service. The procurement falls under FAR Parts 12 and 13, indicating the acquisition of commercial items and services. Interested organizations have until 9:00 a.m. Central Standard Time on January 20, 2025, to submit their qualifications for potential competition, although the decision to proceed competitively is at the government's discretion. Oral communications regarding this notice are not permitted. The applicable NAICS Code for this procurement is 334513, and further inquiries can be directed to Procurement Specialist Tessa Martinez via the provided email. The document underscores NASA's commitment to obtaining necessary services while encouraging potential vendors to communicate their capabilities succinctly.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Orbital Welding System
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of an Axxair Orbital Welding System, or an equivalent system, to enhance its fabrication processes at the NASA Langley Research Center in Hampton, Virginia. The required system includes a SAXX-201DGI orbital welding power source, a gas distributor, a cooling unit, multiple welding heads, and essential components such as ground tungsten and collets, all designed to modernize fabrication technology while ensuring high standards of efficiency and safety. This procurement is set aside for small businesses, with quotes due by April 14, 2025, and interested vendors must reference the tracking number 80NSSC25899097Q in their submissions and ensure compliance with federal regulations. For further inquiries, vendors can contact 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.
assembly and acceptance testing of two (2) 112-cell lithium-ion battery bricks
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking a contractor for the assembly and acceptance testing of two (2) 112-cell lithium-ion battery bricks, with the work to be performed at NASA's Johnson Space Center in Houston, Texas. The primary objective of this procurement is to assemble the battery bricks using NASA-provided components while adhering to specific design parameters from the 2017 Orion program, ensuring rigorous quality control and comprehensive testing of the assembled units. This project is critical for advancing aerospace technology and will follow the guidelines of FAR Part 12 and FAR Part 13, with a total small business set-aside under FAR 19.5. Interested parties must submit their capabilities and qualifications in writing by 12:00 p.m. Central Standard Time on April 15, 2025, to determine if the procurement will proceed competitively or remain a sole source contract. For further inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
FY25 KSC Pointwise Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the acquisition of Pointwise Fidelity software from Cadence Design Systems, Inc., as part of the FY25 KSC Pointwise Renewal project. This procurement involves acquiring two units of the software, which is essential for NASA's operations at the Kennedy Space Center in Florida, with a contract performance period from July 1, 2025, to June 30, 2026. The RFQ emphasizes the importance of open competition and compliance with federal regulations, ensuring that all offerors are registered in the System for Award Management (SAM) and adhere to various legal provisions. Interested parties must submit their quotations by April 14, 2025, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
100ohm diff 26AWG wire; qty 2,500
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure 2,500 units of 100-ohm differential 26 AWG wire, which is essential for communication applications within its operations. This procurement is a sole source requirement, with WIREMASTERS, INC. identified as the exclusive supplier, ensuring compliance with specific technical standards such as a signal transmission speed of at least 1GHz and a capacitance of less than 15 pF per foot. Interested parties must submit their qualifications by 8:00 a.m. CST on April 14, 2025, to determine if the procurement will be competitive, with Tessa Martinez serving as the primary contact for inquiries.
VA One Software Maintenance & Support/Lease.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to renew its software maintenance and support lease for the VA-One software package, which is critical for various flight projects at the Goddard Space Flight Center (GSFC). The procurement involves a sole source contract with ESI North America Inc., the only vendor capable of providing the necessary licensing, technical enhancements, and support for the VA-One acoustic analysis software. Timely renewal of the software licenses is essential to prevent potential delays in project timelines and ensure uninterrupted operations within the agency. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 12:00 p.m. Eastern Standard Time on April 14, 2025, to be considered for this procurement.
Development of Technology Mission Spacecraft Bus
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the development of a cost-effective technology demonstration mission spacecraft bus, with the goal of enabling the operation of multiple integrated technologies to collect performance data. The spacecraft is expected to launch between 2030 and 2032, with a mission duration of 8 to 12 months, and will require capabilities such as a 500 km sun-synchronous orbit, a payload capacity of approximately 1000 kg, and advanced communication and power generation systems. Interested parties must submit a capability statement by April 30, 2025, to Kathy Cooper at kathy.cooper@nasa.gov, and R. Jeremy Kenny at robert.j.kenny@nasa.gov, detailing their qualifications and ability to meet the specified requirements.
GEN3iA data acquisition system
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a GEN3iA data acquisition system through a sole source contract with Hottinger Bruel & Kjaer Inc., identified as the only supplier capable of fulfilling this requirement. The contractor will be responsible for delivering one unit of the system, which is critical for measuring and testing electrical signals, with a warranty covering defects for 24 months post-delivery. The project is expected to be completed within one year, with the final shipping destination at NASA's Lyndon B. Johnson Space Center in Houston, Texas. Interested organizations are invited to submit their capabilities and qualifications by April 16, 2025, to Cara Craft at cara.s.craft@nasa.gov, to assist in determining the potential for competitive procurement.
THERMAL ANALYSIS ENGINEERING SERVICES
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for Thermal Analysis Engineering Services through the Jet Propulsion Laboratory (JPL), specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to acquire specialized thermal analysis support for spacecraft, including tasks such as detailed thermal analyses, finite element model updates, and compliance assessments for temperature limits during missions. This opportunity is critical for ensuring that spacecraft meet stringent thermal requirements, particularly for upcoming missions, including those involving Mars landings. Proposals are due by April 23, 2025, with preliminary past performance documentation requested by April 12, 2025. Interested parties can contact Megan Lagace at megan.e.lagace@jpl.nasa.gov or (626) 213-1113 for further information.
TECHNOLOGY TRANSFER OPPORTUNITY: Portable Science Enclosure Features Unique Innovations (MSC-TOPS-126)
Buyer not available
Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a portable science enclosure system for science experiments conducted aboard the International Space Station (ISS). This technology allows users to safely manipulate objects of study within a transparent enclosure and can support experiments requiring Biosafety Level 2 containment. The enclosure features innovative protective boundary layer designs that may be transferable to other containment systems. It has a compact, low-profile, rectangular design that is easily stowed and transported. The enclosure system, glove seal, and through-port are available for patent licensing. 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.