Kintek Gas Calibration MODULES
ID: 80NSSC25900629QType: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 12:00 PM UTC
Description

NASA's National Aeronautics and Space Administration (NASA) is planning to issue a sole source contract for the procurement of Kintek Gas Calibration Modules, specifically from KIN-TEK Analytical, Inc., due to their unique compatibility with existing hardware at the Marshall Space Flight Center. The modules are essential for generating humidified NIST certified gas standards at parts per billion (ppb) concentrations, which are critical for accurate monitoring in testing chambers related to trace contaminant control for life support systems in space exploration. This procurement underscores the importance of maintaining optimal performance and reliability in analytical chemistry equipment, ensuring the safety of human spaceflight missions. Interested organizations are invited to submit their capabilities and qualifications by 7 a.m. CST on April 17, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 9:04 PM UTC
NASA's procurement document outlines the purchase of a calibration module essential for maintaining optimal performance of analytical chemistry equipment used in trace contaminant control for life support in space exploration. The goal is to generate humidified NIST certified gas standards at parts per billion (ppb) concentrations, critical for accurate monitoring in testing chambers. The primary task involves delivering two Standard FlexStream™ Base Modules, a Humidified Gas Module, and a Secondary Dilution Module, all designed to work cohesively to provide precise gas calibration. Each component features advanced automation and monitoring capabilities, ensuring high-quality outputs necessary for ECLSS hardware evaluation. The planned delivery of these modules within four months highlights NASA's commitment to ensuring reliable life support systems in future space missions, emphasizing the importance of total accuracy in environmental monitoring. This procurement aligns with the agency's overarching goals in trace contaminant control and demonstrates proactive measures in support of human spaceflight safety.
Apr 14, 2025, 9:04 PM UTC
The document outlines a recommendation from the NASA Shared Services Center to procure calibration modules solely from KIN-TEK Analytical due to their compatibility with existing hardware. The current calibration modules are obsolete and fail to maintain calibration, necessitating an upgrade. The sole source recommendation is justified by the unique characteristics of the KIN-TEK modules, which are direct replacements and maintain accuracy and reliability. Introducing another brand could incur additional costs, including hardware replacements and training for staff, alongside potential inaccuracies in measurements. This document emphasizes the impracticality of competition in this instance due to these specific requirements and compatibility concerns. The recommendation aims to streamline the procurement process while emphasizing the necessity for dependable equipment essential for NASA operations. The estimated period for delivery of the new modules is six weeks.
Apr 14, 2025, 9:04 PM UTC
NASA/NSSC is planning to issue a sole source contract to KIN-TEK ANALYTICAL, INC for the procurement of Kintek Gas Calibration MODULES at the Marshall Space Flight Center. This decision is based on the authority of FAR 13.106-1(b)(1)(i) as KIN-TEK is the sole provider of these modules. The procurement will follow the commercial item acquisition guidelines set forth in FAR Part 12 and FAR Part 13. With a NAICS code of 334516, NASA invites organizations interested in participating to submit their capabilities and qualifications by 7 a.m. CST on April 17, 2025. Submissions will be evaluated to determine the feasibility of competitive procurement, although the government retains discretion over the final decision. Oral communications regarding this notice are not acceptable. The document also mentions the applicability of NASA’s Ombudsman clause, providing contact information for inquiries. The primary point of contact for this procurement is Shanna Patterson, Procurement Specialist at NASA.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Oxygen Transmission Rate (OTR) Film Testing
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide Oxygen Transmission Rate (OTR) Film Testing Services to support the Inflatable Softgoods Test Program at the Johnson Space Center in Houston, Texas. The contractor will conduct OTR tests on 80 specimens in accordance with ASTM D3985 standards, utilizing controlled conditions of 100% oxygen, humidity, and specified temperature ranges, with testing scheduled in five batches from May 2025 to February 2026. This testing is crucial for advancing NASA's research in material science and ensuring safety in aerospace applications. Interested vendors must submit their quotes by April 28, 2025, and direct any questions to Cara Craft at cara.s.craft@nasa.gov, ensuring they are registered in the System for Award Management (SAM) to be eligible for the contract.
Vacuum Chamber 1.1 for LESTR 2- additional parts specified in SOW
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a vacuum chamber, designated as Vacuum Chamber 1.1 for LESTR, along with additional specified parts as outlined in the Statement of Work (SOW). This procurement is critical for NASA's operations, as the vacuum chamber will play a significant role in various testing and research applications within the agency. Interested small businesses must register at www.sam.gov and submit their quotes by April 29, 2025, while adhering to specific compliance requirements regarding telecommunications, labor practices, and foreign ownership. For further inquiries, potential offerors can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
Skydio X10 Starter Kit
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a Skydio X10 Starter Kit, specifically from Skydio, Inc., as part of a combined synopsis/solicitation. This procurement is set aside for small businesses and aims to acquire advanced technology compatible with both 2.4/5 GHz and 5G/LTE networks, essential for operations at the Kennedy Space Center in Merritt Island, Florida. The selected equipment will enhance NASA's capabilities in its missions, reflecting the agency's commitment to maintaining cutting-edge technology. Quotes are due by April 28, 2025, and interested offerors must direct any questions to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
SmartScope Flash 670
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a SmartScope Flash 670 system, a specialized 3D multisensor measurement system essential for precise dimensional measurements at its Kennedy Space Center in Florida. This procurement is set aside for small businesses and involves a sole-source acquisition from Optical Gaging Products (OGP), emphasizing the necessity of compatibility and timely service due to Florida Metrology's established relationship with NASA. The system, which includes advanced optics and metrology software, is crucial for supporting research and development activities, with an estimated cost of $177,520 and a delivery timeframe of 22-24 weeks. Interested parties should contact Cara Craft at cara.s.craft@nasa.gov, with submissions due by April 30, 2025.
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.
Lunar Environment Structural Test Rig Vacuum Pumping System
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a vacuum pumping system specifically designed for the Lunar Environment Structural Test Rig, with a focus on brand-name equipment from Edwards, including the Next85D Pump Package and nXDS6i Scroll Pump. This procurement is critical for achieving cryogenic structural testing and validation in support of NASA's Artemis program, emphasizing the need for high-performance vacuum handling systems capable of operating at pressures of 1E-6 Torr or better. Interested small businesses must adhere to detailed submission instructions outlined in the Request for Quotation (RFQ), with a proposal deadline set for May 1, 2025. For further inquiries, potential offerors can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420, referencing Notice ID 80NSSC25901515Q.
CP32 - 532 nm MOPA laser/ QTY 1
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the procurement of a 532 nm MOPA laser, which is essential for conducting target signature tests on retroreflector arrays intended for satellite applications. The laser must meet specific technical criteria, including air cooling, a compact footprint, pulse durations under 100 picoseconds, and a repetition rate of up to 2 kHz, with successful delivery required within 10 weeks to the Goddard Space Flight Center. This procurement is part of NASA's broader initiative to enhance optical technology for space exploration, emphasizing compliance with federal acquisition regulations. Interested parties must submit their quotes by April 30, 2025, to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, and must be registered in the System for Award Management (SAM) to be eligible.
HLS MLT Project requires 2 Sea Catch TR-11 AIR units, with tethered safety pin, load tested with certificate provided. Please provide certificate of conformance.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide two Sea Catch TR-11 AIR units, which are critical components for the HLS MLT Project. The procurement requires that these units include tethered safety pins and come with a certificate of conformance, ensuring compliance with safety and operational standards. This opportunity is set aside for small businesses, reflecting NASA's commitment to promoting equal opportunity in federal contracting, and all quotes must be submitted by April 29, 2025. Interested vendors should contact Shanna Patterson at shanna.l.patterson@nasa.gov and ensure they reference the tracking number 80NSSC25901547Q in their submissions.
FY25 AVEVA Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its AVEVA software licenses for the fiscal year 2025, with a focus on maintaining operational efficiency at the Glenn Research Center (GRC). The procurement involves a sole source contract with Q MATION INC for the renewal of various software licenses, including a Standard Level AVEVA Customer FIRST Agreement and the Win911 Pro Subscription, along with converting certain perpetual licenses into subscription-based services. This renewal is critical for ensuring continued access to software upgrades, technical assistance, and management tools necessary for NASA GRC's daily operations. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on April 29, 2025, to be considered for this procurement.
CONCEPTS NREC Agile Annual Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) intends to issue a sole source contract for the annual renewal of technical, maintenance, and upgrade support for the Concepts NREC Agile Products, a suite of integrated turbomachinery design software. This procurement is critical for ensuring the software remains functional and up-to-date to meet the operational needs of the Marshall Space Flight Center (MSFC), thereby facilitating ongoing improvements in turbomachinery design. Interested organizations are invited to submit their capabilities and qualifications by 2:00 PM Central Standard Time on April 28, 2025, to determine if competitive procurement is feasible, with Laura Quave serving as the primary point of contact for inquiries at laura.a.quave@nasa.gov or 228-813-6420.