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
    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
    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.
    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.
    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
    Single Liquid Helium Pump Contract Extension
    National Aeronautics And Space Administration
    NASA's Kennedy Space Center is seeking to extend the contract for a sole source Liquid Helium Pump, which is critical for supporting operations at the facility. This extension is justified under the Federal Acquisition Regulation 6.302-1, indicating that only one responsible source can fulfill the agency's requirements for this specialized equipment. The Liquid Helium Pump is essential for various aerospace applications, particularly in cryogenic environments. Interested parties can reach out to Brenda Teachworth at brenda.L.teachworth@nasa.gov or call 321-867-7449 for further details regarding this procurement opportunity.
    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.
    TTTech Switch Lab Space Switches
    National Aeronautics And Space Administration
    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.
    2026 MentorcliQ Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its contract with MentorcliQ, Inc. for the 2026 MentorcliQ Renewal, which involves the continuation and expansion of an enterprise-level IT platform for managing mentoring programs across the agency. The contractor will be responsible for providing software subscriptions, designing and configuring new mentoring programs, maintaining existing ones, and offering support and training, with the performance taking place at Stennis Space Center in Mississippi. This procurement is classified under NAICS Code 513210 and will be awarded as a sole source contract, with interested organizations invited to submit their capabilities by December 16, 2025, to Cara Craft at cara.s.craft@nasa.gov for potential competitive evaluation.
    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.
    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.
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.
    Integration and Setup of Nokia Equipment Services & Vinco Services
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract to VINCO INC for the integration and setup of Nokia Equipment Services and Vinco Services, which are critical for supporting initiatives at the Johnson Space Center and Glenn Research Center. The procurement involves the provision and integration of specific Nokia hardware, including 5G and 4G Radio Remote Heads (RRHs) and Baseband Units (BBUs), with responsibilities including initial configuration, shipping, and final on-site integration. Interested organizations are invited to submit their capabilities and qualifications by December 16, 2025, for potential evaluation, although the government reserves the right to proceed with a non-competitive acquisition. For further inquiries, interested parties may contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
    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.
    JOFOC for the Flight-Like Advanced Material Reactors
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for Other Than Full and Open Competition for the Flight-Like Advanced Material Reactors contract, identified as 80MSFC21CA010. This procurement aims to support advanced research and development in national defense and atomic energy, focusing on the creation of innovative material reactors that simulate flight conditions. The contract is critical for advancing NASA's capabilities in applied research within the aerospace sector. For further inquiries, interested parties can contact Laura Bullington at Laura.E.Bullington@nasa.gov or Cynthia Hubbard at cynthia.a.hubbard@nasa.gov.