60 EnSci Electrochemical Concentration Cell (ECC) ozonesondes.
ID: 80NSSC256570Type: 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) is seeking to procure 60 EnSci Electrochemical Concentration Cell (ECC) ozonesondes, which are critical for maintaining long-term balloon-borne ozone profile records essential for satellite validation and climate studies. The procurement will be conducted as a sole source contract with JH Acquisitions, LLC, the manufacturer of the existing ozonesondes, ensuring compatibility with current NASA equipment. The ozonesondes will be utilized at the Nairobi SHADOZ station, with operations expected to run from September 2025 through August 2026, facilitating ongoing monitoring of ozone and pollution trends vital for environmental research. Interested organizations must submit their capabilities and qualifications to the designated contacts by 4:00 p.m. Eastern Standard Time on March 14, 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 of 60 EnSci Electrochemical Concentration Cell (ECC) ozonesondes for the Nairobi SHADOZ station. This initiative aims to maintain the long-term balloon-borne ozone profile records essential for satellite validation and climate studies. Operators at the Nairobi station will prepare, launch, and collect data from the ozonesondes, transmitting the results to NASA's Goddard Space Flight Center. The instruments will be shipped from Payerne, Switzerland, where MeteoSwiss will assist with logistics. The project spans approximately one year, with the ozonesondes expected to be operational from September 2025 through August 2026. The focus on maintaining consistent compatibility with existing data aligns with the broader goals of ensuring ongoing monitoring of ozone and pollution trends crucial for environmental research.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Supercontinuum laser
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a pulsed Supercontinuum laser, which is essential for enhancing research capabilities in solar energy technology. The laser must produce light across a wavelength range of 400nm to 1700nm, with a minimum output power of 3W, a pulse duration of less than 100 picoseconds, and an adjustable repetition rate from 0.01 to 40 MHz. This procurement aims to facilitate precise measurements in measuring solar cell bandgap and carrier lifetime, utilizing an optical fiber cable connected to existing solar cell characterization setups. Interested organizations are invited to submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on March 14, 2025, to be considered for this sole source contract with RPMC LASERS INC.
    new replacement signal generator from manufacturer, Keysight Technologies.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for a new replacement signal generator from Keysight Technologies, as part of a procurement request (RFQ 80NSSC25896419Q). This solicitation aims to fulfill specific requirements outlined in the Statement of Work, ensuring compliance with federal contracting standards while promoting transparency and fairness in the procurement process. The signal generator is crucial for various laboratory applications, contributing to NASA's mission of advancing aeronautics and space exploration. Quotes are due by March 13, 2025, and must be submitted to the designated contracting officer, Sara Jusino-Terry, with all inquiries directed to her by March 11, 2025. Offerors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Phasa-35 High-Altitude Long Endurance (HALE) Platform
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to procure aviation services for the Phasa-35 High-Altitude Long Endurance (HALE) platform, aimed at supporting airborne science missions from April 10, 2025, to September 29, 2030. The procurement includes engineering analyses, payload integration, aircraft modifications, testing, and flight operations support, all of which must comply with NASA standards and airworthiness requirements to facilitate critical scientific data collection. This opportunity is particularly significant as it involves a sole source contract with BAE Systems, the platform's developer and sole operator, due to their unique technical expertise and operational capabilities. Interested organizations are invited to submit their qualifications to Joshua Taggart via email by 5:00 p.m. CT on March 26, 2025, for consideration in determining the potential for competitive acquisition.
    Synthetic Aperture Radar (SAR) Sensors
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to procure Synthetic Aperture Radar (SAR) sensors to support airborne science missions, focusing on the integration, modification, testing, and operational support of airborne science payloads on High-Altitude Long Endurance (HALE) platforms. The procurement aims to enhance NASA-funded projects by utilizing SAR data, advancing operational concepts, and improving existing Position, Navigation, and Timing (PNT) modalities through comprehensive engineering analyses and flight operations support. This acquisition is critical for ensuring the success of NASA's airborne science missions, with a sole source contract intended for Aloft Sensing, Inc., due to their unique technical expertise and operational capabilities. Interested organizations must submit their qualifications to Joshua Taggart at joshua.d.taggart@nasa.gov by 5:00 p.m. CT on March 26, 2025, for consideration in this procurement process.
    Orion Crew Survival Systems (OCSS) project
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to issue a sole source contract to Hamilton Sundstrand Space Systems International, Inc. for the design, development, testing, and integration of hardware for the Orion Crew Survival Systems (OCSS) project. This initiative is critical for ensuring the safety of crew members during life-threatening situations, particularly in support of upcoming Artemis missions, with hardware delivery anticipated by December 2024. The contract will involve providing 1,000 hours of Crew Survival Engineering laboratory technician services and 50 hours of project management oversight, with deliverables including monthly status reports and presentations on lessons learned. Interested organizations must submit their qualifications by 3 p.m. CST on March 14, 2025, to be considered for potential competition, and inquiries should be directed to Cara Craft at cara.s.craft@nasa.gov.
    Precision Filters Networking Equipment, Cables and accessories
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Precision Filters Networking Equipment, Cables, and accessories, which are critical for the Orion OME thruster qualification testing. The procurement is specifically set aside for small businesses and includes a range of precise networking equipment, cables, and custom panel assembly, to be delivered to the NASA White Sands Test Facility in New Mexico within 60 to 90 days of order acknowledgment. This initiative emphasizes the importance of using Precision Filters products to ensure compatibility with existing systems and maintain operational efficiency in aerospace testing environments. Interested vendors must submit their quotes by March 17, 2025, and can direct inquiries to Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420, referencing Notice ID 80NSSC25897449Q.
    Purchase of MS-40 GT Dry New Helium Leak Detector
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure an MS-40 GT Dry New Helium Leak Detector, specifically from Vacuum Instruments Corporation, through a total small business set-aside contract. This advanced leak detection equipment is crucial for maintaining operational efficiency in NASA's vacuum facilities, as it standardizes components and reduces costs associated with spare parts and training. Interested vendors must comply with detailed specifications, including sensitivity ranges and communication protocols, and are required to submit their quotations by March 12, 2025. For further inquiries, vendors can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    ESS Module Testing Phase 3
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure services for the ESS Module Testing Phase 3, with plans to award a sole source contract to Wichita State University, the only supplier capable of fulfilling this requirement. The primary objective of this procurement is to conduct dynamic drop tests on Energy Storage Systems (ESS) used in electric Vertical Take-off and Landing (eVTOL) aircraft, ensuring compliance with FAA regulations for airworthiness certification. This testing is critical for evaluating the survivability of ESS modules during impact scenarios, which is essential for the safety and reliability of future aviation technologies. Interested organizations must submit their qualifications in writing by March 13, 2025, at 7 a.m. CST, as oral communications are not permitted; inquiries can be directed to Procurement Specialist Shanna Patterson at shanna.l.patterson@nasa.gov.
    Computational Inverse Methods for Acoustic Source Definition.
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Computational Inverse Methods for Acoustic Source Definition through a sole source contract with ALTASIM TECHNOLOGIES LLC, identified as the sole provider of this specialized service. The procurement will be executed under the authority of FAR 13.106-1(b)(1)(i), utilizing the procedures outlined in FAR Parts 12 and 13, which focus on acquiring commercial items and services. This initiative is crucial for advancing NASA's research and development efforts in the field of acoustics, particularly at the Marshall Space Flight Center (MSFC). Interested organizations are invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on March 14, 2025, with inquiries directed to Laura Quave, the Procurement Specialist, at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    TEES will model, predict, and report on behavior of the two-phase thermosyphon driven actuating radiator being developed for the PaCeSS EIF project. An actuator will be provided for the purpose of developing a mechanical and fluid interface to the PaCeSS t
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure research and development services from the Texas A&M Engineering Experiment Station (TEES) for the modeling and prediction of a two-phase thermosyphon driven actuating radiator, which is critical for the Passive fuel-Cell Surface-power System (PaCeSS) project. The contractor will be responsible for delivering a torque tube actuator to facilitate the development of a mechanical and fluid interface, with integrated benchtop testing scheduled at NASA's Johnson Space Center (JSC) by September 2025. This procurement is essential for advancing innovative engineering solutions in space power systems and is being conducted as a sole source requirement due to the unique capabilities of TEES, which holds a patented technology relevant to the project. Interested parties must submit their qualifications by 7 a.m. Central Standard Time on March 13, 2025, and can direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.