This Statement of Work (SOW) outlines a project for the development and delivery of woven fabric materials for NASA's Advanced Suit Materials (ASM) Team. The vendor will design, weave, and test fabrics in three phases: Phase 1 involves weaving uncoated fabric blankets with various yarn combinations and weave designs; Phase 2 focuses on evaluating NASA-provided coated yarns for weave suitability and weaving coated fabric blankets; and Phase 3 entails weaving a final selected fabric design. NASA will provide all yarns and select the final design, while the vendor is responsible for yarn preparation, weaving, and testing. The project includes specific deliverables such as fabric yardage and testing reports for each phase. A schedule with estimated completion dates for each phase is provided, along with pricing and payment terms. Intellectual property related to the vendor's machinery and process know-how remains with the vendor, while weave designs and end-use applications belong to NASA. The SOW also includes crucial AI verbiage, requiring contractors to disclose AI technology use and outlining additional requirements for contracts acquiring covered AI systems or services as defined by OMB memo M-25-22.
The National Aeronautics and Space Administration (NASA) Shared Services Center recommends a sole-source negotiation with Bally Ribbon Mills (BRM) for Advanced Textile Custom Development. This recommendation supports the Artemis Suit Materials (ASM) Project, which requires the design, weaving, and testing of advanced woven fabrics for the next-generation lunar Environmental Protection Garment (EPG). BRM is identified as the only known source capable of meeting these requirements due to its specialized narrow-fabric looms, proprietary process controls, and established history of producing high-performance aerospace textiles for NASA. Market research confirmed no other vendors could provide the necessary capabilities within the project's schedule. Using an alternate vendor would result in significant cost increases, schedule delays of six to nine months, and technical risks, jeopardizing key milestones for the Artemis 3 mission. This sole-source justification aims to mitigate these risks and ensure the timely and successful development of critical EPG fabrics.
NASA/NSSC intends to award a sole-source contract to BALLY RIBBON MILLS for custom textile prototypes, citing their status as the sole provider under FAR 13.106-1(b)(1)(i). The procurement, managed by NASA/NSSC, will support the Johnson Space Center (JSC) and follow commercial item acquisition procedures (FAR Part 12 and 13). The NAICS Code for this effort is 313240. Interested organizations may submit their capabilities by December 9, 2025, at 8 a.m. Central Standard Time to Stephanie Graham (Stephanie.n.Graham@nasa.gov) to be evaluated for potential competitive procurement. Oral communications are not accepted, and NASA Clause 1852.215-84 (Ombudsman) applies.