The Kimball Physics EMG-4212 Electron Gun, with its matching EGPS-4212 Power Supply
ID: 80NSSC250343Type: Presolicitation
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

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) intends to procure the Kimball Physics EMG-4212 Electron Gun along with its matching EGPS-4212 Power Supply through a sole source contract with Kimball Physics Inc. This specialized equipment is designed as a modular subsystem compatible with vacuum systems, primarily for conducting analog experiments that simulate physical processes on airless celestial bodies, particularly focusing on space weathering studies related to the Moon in support of NASA's Artemis missions. The installation will take place at the Building 34 planetary magnetospheres laboratory at NASA's Goddard Space Flight Center in Greenbelt, Maryland, highlighting its significance to ongoing space exploration efforts. Interested organizations must submit their capabilities and qualifications in writing to the primary contact, Felecia Lorraine London, by 12 Noon Eastern Standard Time on January 22, 2025, to be considered for this procurement.

    Point(s) of Contact
    Felecia Lorraine London
    Felecia.l.london@nasa.gov
    Files
    Title
    Posted
    The document outlines the Statement of Work for the procurement and installation of the Kimball Physics EMG-4212 Electron Gun, paired with the EGPS-4212 Power Supply. This modular electron gun is designed as a fully functional subsystem compatible with vacuum systems, capable of generating both focused and wide electron beams. Its primary application is in conducting analog experiments that mimic physical processes on airless celestial bodies, with an emphasis on space weathering studies related to the Moon in preparation for NASA's Artemis missions. The setup will be implemented in the Building 34 planetary magnetospheres laboratory, demonstrating its significance to ongoing space exploration efforts. This project underscores the federal government's commitment to advancing scientific research and technology related to space exploration.
    Lifecycle
    Similar Opportunities
    RF Lambda Wide Band Solid State Power Amplifier
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a RF-Lambda Wide Band Solid State Power Amplifier, specifically the REMX08G11GE model, through a total small business set-aside contract. This amplifier is required to transmit signals at a minimum frequency of 10 GHz, with a small signal gain greater than 55 dB, and must be delivered to NASA's Glenn Research Center in Cleveland, Ohio, within a 16-week timeframe. The procurement is critical for upcoming testing that necessitates over 300 Watts of power, emphasizing the unique technical specifications of the RF-Lambda product that other vendors cannot meet. Interested authorized distributors must submit their offers, including a Letter of Authorization, by February 10, 2025, and direct any technical inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov by February 6, 2025.
    State-of-the-Art X-ray Grazing Incidence Optics
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking information from potential industrial sources for the development of state-of-the-art X-ray grazing incidence optics, specifically designed to achieve arc-second angular resolution in a space environment. The procurement aims to identify suppliers capable of designing, manufacturing, integrating, aligning, and testing segmented glass X-ray optics within a conventional Wolter-I optical configuration, utilizing space-qualified materials and advanced manufacturing techniques. This initiative is critical for advancing NASA's capabilities in high-performance science instruments for space applications. Interested firms must submit a capability statement by February 7, 2025, detailing their qualifications and readiness to meet the specified requirements, with submissions directed to Kathy Cooper at kathy.cooper@nasa.gov.
    3262033-0502 REGULATED CONNECTOR
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the 3262033-0502 Regulated Connector, with the intention of issuing a sole source contract to Mission Systems Davenport, Inc. This procurement is critical for the NASA Armstrong Flight Research Center (AFRC) and involves specific compliance with quality standards and logistical requirements, including coordination for freight delivery to Edwards Air Force Base. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on February 5, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, interested parties may contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
    State-of-the-Art X-ray Grazing Incidence Optics
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking information from potential suppliers for the development of state-of-the-art X-ray grazing incidence optics within a conventional Wolter-I configuration. The objective is to achieve arc-second angular resolution using high-precision, space-qualified optical materials, with a focus on the design, manufacture, integration, alignment, and testing of segmented glass X-ray optics for space applications. This initiative is crucial for advancing future space-based science instruments, and NASA encourages responses from all interested parties, including small businesses and minority-owned enterprises, to assess their capabilities and readiness for prototype development within a 24-month timeframe. Interested firms must submit capability statements by February 7, 2025, to Kathy Cooper at kathy.cooper@nasa.gov, ensuring that submissions do not include proprietary or export-controlled information.
    (Two) High Sensitivity Fast Overhauser Magnetometer Base Stations w/GPS Option A Kit
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is soliciting quotes for two High Sensitivity Fast Overhauser Magnetometer Base Stations, with an optional GPS kit, under Request for Quotation (RFQ) 80NSSC25893588Q. The procurement aims to acquire GSM-19FB v9.0 magnetometers, which are essential for precise magnetic field calibration at the Magnetic Calibration Facility, ensuring compliance with industry standards. These precision instruments must meet stringent technical specifications, including a sensitivity of better than 0.02 nT and rugged construction for environmental durability. Interested small businesses must submit their quotes to Kacey Hickman via email by February 6, 2025, ensuring validity for 30 days, and comply with various federal regulations and certifications.
    The purpose of this contract is to provide specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft. The contractor shall address operational challenges, enhance control optimization, and facilitate integration ta
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft through a sole-source contract with KONGSBERG NANOAVIONICS US LLC. The contractor will be responsible for addressing operational challenges, enhancing control optimization, and facilitating integration tasks to ensure mission success during the spacecraft's de-orbiting process. This procurement is critical for maintaining technical continuity and efficiency, as the selected contractor's familiarity with the project is essential for mitigating risks associated with vendor transitions. Interested parties must submit their qualifications by 7 a.m. CST on February 5, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
    Comsol Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Comsol software licenses through a sole source contract with Comsol, Inc. The primary objective of this procurement is to secure updated license files and necessary features for a 12-month subscription, which is critical for the development, analysis, and simulation of processing systems, particularly those involved in instrument signal processing. This renewal is essential to avoid delays in time-sensitive projects that could affect their schedules within the current fiscal year. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 11:59 a.m. Eastern Standard Time on February 7, 2025, with the procurement being conducted under FAR Part 12 and FAR Part 13 guidelines. For further inquiries, interested parties can reach out to Kathi Thomas at katheryn.a.thomas@nasa.gov or Tiffany Neal at tiffany.neal@nasa.gov.
    ABB MR304SC Spectroradiometer
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure an ABB MR304SC spectroradiometer, along with a telescope and associated software, for the Glenn Research Center in Cleveland, Ohio. This procurement aims to enhance the sensing capabilities within NASA's research and development efforts, specifically through the acquisition of a Fourier Transform Infrared Spectroscopy (FTIR) System that meets detailed technical specifications, including dual input/output optical ports and various infrared detector configurations. Interested organizations are invited to submit their capabilities and qualifications by February 6, 2025, at 3:00 PM CST, to determine whether the acquisition will proceed on a competitive basis. For further inquiries, potential bidders can contact Sara Stuart or Debbie Matthews via email.
    Inspection and repair of LaRC G-III engine
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure inspection and repair services for the LaRC G-III engine, specifically for the Spey engine (S/N 11189) installed in a Gulfstream GIII aircraft (N520NA). The selected vendor will be responsible for evaluating the engine following damage identified during a borescope inspection, which includes assisting with engine removal, transportation, and conducting inspections at their facility, ultimately leading to a repair plan that requires NASA's approval. This initiative is critical for maintaining aerospace research capabilities while ensuring compliance with safety and regulatory standards, as all work must adhere to applicable technical publications and FAA regulations. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 1:00 p.m. Central Standard Time on February 7, 2025, with the project timeline mandating completion by March 14, 2025.
    Advanced Spacesuit Regulator
    Buyer not available
    NASA's Johnson Space Center is seeking information from U.S. commercial entities for the development of non-commercial Advanced Spacesuit Regulators, which are critical for enabling Extra Vehicular Activities (EVAs) in Low Earth Orbit and lunar environments. The regulators must provide precise oxygen pressure control during various phases of EVA operations and be compatible with the existing Exploration Extravehicular Mobility Unit (xEMU) design, with specific requirements including a maximum assembly mass of 5.5 pounds and unpowered regulation capabilities for up to 60 minutes. This initiative is part of NASA's effort to engage industry stakeholders in the development of advanced technologies that meet high standards of functionality and safety. Interested parties must submit their capability statements, Rough Order of Magnitudes (ROM), and proposed timelines by 12:00 PM Central Standard Time on February 12, 2025, to the designated contacts, Frank D. Cunningham II and Patricia K. Parker, via email.