Yamamoto Scientific America Inc. model SM820 autoclave, sterilizer and dryer
ID: 80NSSC891548QType: Combined Synopsis/Solicitation
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 10:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking proposals for the procurement of a Yamamoto Scientific America Inc. model SM820 autoclave, sterilizer, and dryer, designated for use at the Ocean Ecology Laboratory in Greenbelt, Maryland. This procurement is essential for sterilizing lab supplies, media, and seawater for algal culture, as the existing autoclave has been deemed inoperable and too costly to repair. The new autoclave, featuring an 80-liter capacity and a user-friendly interface, is critical for maintaining laboratory capabilities necessary for ongoing research related to the NASA PACE satellite mission. Proposals are due by January 28, 2025, and interested parties must communicate via email with Lindsey McLellan at lindsey.m.mclellan@nasa.gov for inquiries, ensuring compliance with federal contracting requirements and registration in the System for Award Management (SAM).

Point(s) of Contact
Files
Title
Posted
Jan 23, 2025, 8:04 PM UTC
The statement of work outlines a procurement request for a Yamamoto Scientific America Inc. model SM820 autoclave, aimed at sterilizing lab supplies, media, and seawater for algal culture at the Ocean Ecology Laboratory, Goddard Space Flight Center, Greenbelt, MD. The existing autoclave has been deemed inoperable and economically unfeasible to repair. The new autoclave, with an 80-liter capacity, requires minimal floor space (21"x27") and features a user-friendly 7-inch touch screen for operational settings. It includes safety devices to prevent overheating, pressure issues, and operates under 100-120 V AC power. The purchase includes essential accessories and a warranty of one year for parts and labor, plus an additional four years on the compressor. The expected delivery period is within 60 days of order placement, with a projected completion date of December 6, 2024. This procurement is crucial to maintaining laboratory capabilities for ongoing research in ocean ecology.
Jan 23, 2025, 8:04 PM UTC
The NASA Shared Services Center recommends negotiating solely with Yamamoto Scientific America Inc. for the purchase of the Model SM820 Autoclave, Sterilizer, and Dryer, citing its unique features that are essential for upcoming experiments related to the NASA PACE satellite mission. The SM820's notable characteristics include an 80-liter capacity, compact size, and high automaticity in sterilization processes, which are not offered by other competitors. The need for a replacement unit arises from the failure of the existing Steris autoclave, which was deemed too costly to repair. This replacement is critical for conducting algal culture experiments, as it is necessary for producing sterile culture media required for the research on phytoplankton community composition. The recommendation emphasizes that using an alternative vendor or brand would negatively impact project timelines and scientific results, as no other autoclave meets the required specifications at the same price point. Overall, the justification rests on maintaining experimental integrity and ensuring timely analysis in support of the PACE mission objectives.
Jan 23, 2025, 8:04 PM UTC
The NASA Shared Services Center issued Request for Quotation (RFQ) 80NSSC891548Q for a specified model of a large sterilizer with dryer, requiring proposals for a Yamamoto Scientific America Inc. autoclave model SM820. The RFQ emphasizes a brand-name requirement restricted to authorized distributors. Quotes are due by January 28, 2025, with submission guidelines specifying communication through email for questions and contact details. The procurement is designed for small businesses and necessitates registration in the System for Award Management (SAM). Compliance with various federal provisions regarding telecommunications, government representation, and environmental standards is mandatory. The document outlines multiple solicitation provisions, representations, certifications required from offerors, and clauses/terms and conditions pertinent to this commercial item requirement. This RFQ's structured approach includes clear sections on work statements, instructions to offerors, evaluation criteria, and applicable clauses, ensuring potential contractors understand the requirements for successful bid submission. Overall, the document underscores NASA's commitment to regulatory compliance alongside fostering small business participation in federal contracting opportunities.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
MAINTENANCE AGREEMENT FOR MULTIPLE AUTOCLAVES AND OTHER EQUIPMENT
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for a maintenance agreement covering multiple autoclaves and related equipment at its facility in Gaithersburg, Maryland. The contract, identified as RFQ-NIAID-25-2259706, requires the selected vendor to provide four preventive maintenance inspections annually, quarterly filter replacements for the autoclaves, and emergency service visits within 12 hours of a request. This maintenance is crucial for ensuring the operational readiness and safety of critical laboratory equipment used in medical research. Interested small businesses must submit their quotes by May 3, 2025, at 2:00 p.m. EST, and can direct inquiries to Kelly Lowe at kelly.lowe@nih.gov.
N0018925Q0225 Thermal Vacuum Chamber
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is soliciting proposals for a Thermal Vacuum Chamber, exclusively set aside for small businesses. This procurement includes a new cylindrical vacuum chamber, a cold plate, a turbomolecular pump system, a cryopump system, three gate valves, and one year of warranty and technical support, emphasizing the importance of compliance with federal acquisition regulations. Proposals must be submitted electronically by April 28, 2025, and vendors are required to be registered in the System for Award Management (SAM) to ensure their eligibility. Interested parties can direct inquiries to Claudette Jones at claudette.j.jones.civ@us.navy.mil or by phone at 757-758-0689.
Haas Desktop CNC Mill and Control System
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.
SmartScope Flash 670
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a SmartScope Flash 670 system, a specialized 3D multisensor measurement system essential for precise dimensional measurements at its Kennedy Space Center in Florida. This procurement is set aside for small businesses and involves a sole-source acquisition from Optical Gaging Products (OGP), emphasizing the necessity of compatibility and timely service due to Florida Metrology's established relationship with NASA. The system, which includes advanced optics and metrology software, is crucial for supporting research and development activities, with an estimated cost of $177,520 and a delivery timeframe of 22-24 weeks. Interested parties should contact Cara Craft at cara.s.craft@nasa.gov, with submissions due by April 30, 2025.
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.
Saratech Maintenance Renewal FY25
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
TECHNOLOGY TRANSFER OPPORTUNITY: Portable Science Enclosure Features Unique Innovations (MSC-TOPS-126)
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 a portable science enclosure system for science experiments conducted aboard the International Space Station (ISS). This technology allows users to safely manipulate objects of study within a transparent enclosure and can support experiments requiring Biosafety Level 2 containment. The enclosure features innovative protective boundary layer designs that may be transferable to other containment systems. It has a compact, low-profile, rectangular design that is easily stowed and transported. The enclosure system, glove seal, and through-port are available for patent licensing. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
DFMPro for Creo
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of DFMPro software, specifically three user-based licenses, along with installation and training support at the Kennedy Space Center. The objective of this procurement is to enhance design for manufacturability capabilities within NASA's engineering teams, thereby promoting innovation and efficiency in their technological practices. The performance period is set from May 12, 2025, to May 11, 2026, with quotes due by April 30, 2025. Interested vendors must register at SAM.gov and comply with federal regulations, with the procurement set aside for small businesses; for further inquiries, contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136.
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.
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.