CUSTOME TEXTILE PROTYPE
ID: 80NSSC26918917QType: Special Notice
Overview

Buyer

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

NAICS

Knit Fabric Mills (313240)

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; BASIC RESEARCH (AJ11)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole-source contract to Bally Ribbon Mills for the development of custom textile prototypes essential for the Artemis Suit Materials (ASM) Project. The procurement involves the design, weaving, and testing of advanced woven fabrics for the next-generation lunar Environmental Protection Garment (EPG), with Bally Ribbon Mills identified as the only source capable of meeting these specialized requirements due to their unique capabilities and established history in producing high-performance aerospace textiles. Interested organizations may submit their capabilities by December 9, 2025, at 8 a.m. Central Standard Time to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as oral communications are not accepted, and the procurement will follow commercial item acquisition procedures under FAR Part 12 and 13.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    CUSTOME TEXTILE PROTYPE
    Currently viewing
    Special Notice
    Similar Opportunities
    Purchase an extrusion system that will be used to develop regolith composites
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of an extrusion system designed for the development of regolith composites. This system must include essential components such as a material hopper, filament cooling path, spool winder, and a hardened screw capable of processing thermoplastic and abrasive regolith materials. The procurement is set aside for small businesses, emphasizing the importance of this technology for NASA's research and development initiatives. Quotes are due by December 9, 2025, at 3:00 p.m. CT, and must be submitted to Laura Quave at laura.a.quave@nasa.gov, with technical questions due by December 5, 2025. Interested vendors must be registered on SAM.gov and adhere to specific provisions outlined in the RFQ and Statement of Work.
    FY26 Wave6 Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    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.
    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.
    Next Space Technologies for Exploration Partnerships -3 (NextSTEP-3) Omnibus
    Buyer not available
    NASA's National Aeronautics and Space Administration is initiating the Next Space Technologies for Exploration Partnerships-3 (NextSTEP-3) Omnibus, aimed at fostering partnerships to advance technologies for human space exploration, particularly for lunar and Mars missions. This initiative invites proposals for studies, research, and technology development that align with NASA's Moon to Mars exploration strategy, with a focus on enabling long-term human presence throughout the solar system. The Omnibus is effective from September 27, 2024, to September 26, 2029, and will issue specific solicitations through BAA Appendices detailing research opportunities, eligibility criteria, and funding ranges, with awards potentially starting below $100K and exceeding several million dollars based on project scope. Interested parties can reach out to the NASA ESDMD Moon to Mars Program Office at HQ-NextSTEP-BAA@mail.nasa.gov for further information.
    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.
    Notice of Sole Source Justification: Velo3D Sapphire Additive Manufacturing System 1-Year Lease
    Buyer not available
    NASA's Marshall Space Flight Center (MSFC) is seeking to award a sole source contract for a one-year lease of the Velo3D Sapphire Metal Additive Manufacturing (AM) System from Velo3D Inc. This procurement is critical for NASA's evaluation and certification of flight components for the Human Landing System (HLS) and Space Launch System (SLS) vehicles, as hands-on experience with this specific machine is necessary to ensure safety and compliance in manufacturing processes. The Velo3D Sapphire system is uniquely positioned to meet the high-risk evaluation needs identified by the NASA Engineering Safety Center (NESC), which is managing this project. Interested parties can direct inquiries to Yong Castillo at yong.h.castillo@nasa.gov or Sadie Moulton at sadie.m.moulton@nasa.gov for further details.
    LaRC Abaqus Software Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    Safety and Mission Assurance Services (SMAS)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    Advanced Technology Anti-Gravity Suit (ATAGS) RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources capable of evaluating Elevate Textiles' W5955 fabric for use in Advanced Technology Anti-Gravity Suits (ATAGS) and Legacy G-suits. The procurement aims to address obsolescence challenges associated with current materials, with a one-time acquisition planned for fiscal year 2026. The selected contractor will be responsible for testing the W5955 fabric according to ASTM and AATCC methods, providing all necessary equipment and materials, and delivering a comprehensive Test Report. Interested parties must submit their responses by October 30, 2025, detailing their capabilities and past experience in textile testing for military applications, with inquiries directed to Shemica Miller at shemica.miller@us.af.mil or John Middlebrooks at john.middlebrooks@us.af.mil.