Swagelok tubing in support of Variable Atmospheric Test Facility (VATF) build-up.
ID: 80NSSC25899125QType: Special Notice
Overview

Buyer

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

NAICS

Other Metal Valve and Pipe Fitting Manufacturing (332919)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
  1. 1
    Posted Apr 15, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 8:00 PM UTC
Description

NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Swagelok tubing to support the build-up of the Variable Atmospheric Test Facility (VATF). This procurement is intended to be a sole source contract with Swagelok Co., the exclusive provider of the required tubing, under the authority of FAR 13.106-1(b)(1)(i). The tubing is critical for the operational capabilities of the VATF, which plays a vital role in NASA's testing and research initiatives. Interested organizations are invited to submit their capabilities and qualifications in writing to the designated contacts by 3:00 p.m. Central Standard Time on April 17, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, please contact Cody Guidry at cody.d.guidry@nasa.gov or Shari Trigg at shari.trigg@nasa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 3:07 PM UTC
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Nextel Overbraided Wire
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure 5,000 feet of specialized Nextel Overbraided Wire, which is essential for thermal testing within the Flight Loads Laboratory at the Armstrong Flight Research Center in California. The wire, which has a diameter of 0.010 inches and is overbraided with Nextel 312 ceramic fiber, is critical for ensuring that testing operations meet specific engineering and safety standards. The procurement is intended to be awarded as a sole source contract to Amphenol Cable and Interconnect Technologies, Inc., with an expected performance period of 7 weeks after receipt of order. Interested organizations may submit their capabilities and qualifications to Tracy Bremer at tracy.g.bremer@nasa.gov by 4:00 p.m. Central Standard Time on April 23, 2025, to be considered for this opportunity.
Nacelle Covers for Plug25 Project
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the fabrication and machining of Nacelle Covers for the Plug25 Project, utilizing .063” Thick 316 Stainless Steel in accordance with ASTM A240 standards. This procurement is part of NASA's ongoing efforts to enhance aerospace technology and requires vendors to ensure full dimensional inspections, proper documentation, and weekly status updates throughout the production process. The completed Nacelle Covers must be delivered to the NASA Glenn Research Center by June 18, 2025, with quotes due by April 29, 2025. Interested offerors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details and to reference Notice ID 80NSSC25900029 in all correspondence.
Fieldview Maintenance Network License
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Fieldview Maintenance Network License, which is essential for the ongoing support and maintenance of the Fieldview software used for data visualization and analysis. The procurement involves the renewal of 14 user licenses for floating license maintenance, allowing support for one user concurrently across multiple processors, with the performance period set from May 1, 2025, to April 30, 2026. This contract will be issued as a sole source to Tecplot Inc., the exclusive provider of this license, and interested organizations must submit their capabilities and qualifications by 12:00 p.m. Central Standard Time on April 23, 2025, to Lindsey McLellan at lindsey.m.mclellan@nasa.gov. The procurement will adhere to FAR regulations, and the government reserves the right to determine the competitive nature of the process.
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.
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.
Gold-coated fiber from Molex
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure gold-coated fiber optic cables from Molex, LLC, specifically designed for high-temperature structural instrumentation research related to hypersonic vehicles. The requirement includes single mode, silica clad fiber optic cables with a gold coating capable of withstanding temperatures up to 1,800°F, as traditional cables fail under such conditions. This procurement is critical for the fabrication of several hundred sensors necessary for ongoing research, ensuring the reliability of instruments used in extreme environments. Interested organizations must submit their capabilities and qualifications in writing to Tracy Bremer at tracy.g.bremer@nasa.gov by 4:00 p.m. Central Standard Time on April 25, 2025, to be considered for this sole source 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, specifically designated as Vacuum Chamber 1.1 for LESTR, along with additional 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 aerospace testing and research activities. Interested vendors, particularly small businesses, must submit their quotes by April 29, 2025, and are required to register at www.sam.gov. For further inquiries, potential offerors can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
TECHNOLOGY TRANSFER OPPORTUNITY: Low Separation Force Quick Disconnect Device (KSC-TOPS-84)
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 the Low Separation Force Quick Disconnect Device developed by NASA's Kennedy Space Center (KSC). This device is designed for transporting pneumatic and cryogenic fluids and eliminates the need for heavy support structures by ensuring low separation force regardless of line pressure. It is particularly valuable for companies dealing with fluid connectors, especially in the aerospace sector. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, please visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
100ohm diff 26AWG wire; qty 2,500
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking bids for the procurement of 2,500 units of 100ohm differential 26AWG wire, which is essential for various aerospace applications. The wire must meet specific technical requirements, including a signal transmission speed of at least 1GHz, compliance with ANSI/NEMA and SAE standards, and must be sourced from authorized resellers or the original manufacturer. This procurement is set aside for small businesses, and interested offerors must be registered in the System for Award Management (SAM) and submit their quotes by April 25, 2025. For further inquiries, potential bidders can contact Tessa Martinez at tessa.m.martinez@nasa.gov or by phone at 12288136962.
LPP Combustion Window Assemblies
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the fabrication of LPP Combustion Window Assemblies, specifically part number 27094M42A100, as part of a procurement set aside for small businesses. This initiative is critical for observing combustion events under extreme conditions at the NASA Glenn Research Center, emphasizing the need for leak testing, thermal barrier spray coatings, and full dimensional inspections of the assemblies. Interested offerors must submit their quotes by April 24, 2025, and ensure they are registered at www.sam.gov, adhering to federal regulations and requirements for U.S.-manufactured products. For inquiries, contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420, referencing Notice ID 80NSSC25900897Q.