Lunar Environment Structural Test Rig Vacuum Pumping System
ID: 80NSSC25901515QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Air and Gas Compressor Manufacturing (333912)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a vacuum pumping system for the Lunar Environment Structural Test Rig, specifically focusing on brand-name equipment from Edwards, including the Next85D Pump Package and nXDS6i Scroll Pump. This procurement is critical for facilitating cryogenic structural testing necessary for the Artemis ESDMD EHP missions, with an emphasis on achieving a vacuum level of 1E-6 Torr and ensuring the integration of high-quality components. The opportunity is set aside for small businesses, with a deadline for submissions on May 1, 2025, and all inquiries should reference Notice ID 80NSSC25901515Q. Interested parties can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procurement requirements for a vacuum pumping system intended for the Lunar Environment Structural Test Rig #2 at NASA Glenn Research Center. It focuses on key components including the Edwards Next85D Pump Package and Edwards Vacuum nXDS6i Scroll Pump, which are essential for achieving cryogenic structural testing and validation in support of the Artemis program. The procurement specifies detailed equipment lists, quantities, and auxiliary hardware necessary for an integrated vacuum handling system, requiring performance at pressures of 1E-6 Torr or better. The document mandates the inclusion of brand-name items from Edwards for critical components, emphasizes the necessity for proper packaging and shipping to the specified delivery location, and outlines the required proposal information from vendors, including fabrication timelines and costs. This procurement request reflects a strategic investment in technological infrastructure for lunar exploration, aligning with broader government goals to advance space exploration capabilities and ensure mission success for NASA's Artemis program.
    The document outlines the procurement requirements for a vacuum pumping system for NASA's Lunar Environment Structural Test Rig #2 at the Glenn Research Center. It specifies the necessary equipment, primarily focusing on the Edwards Next85D Pump Package and the Edwards Vacuum nXDS6i Scroll Pump, intended to facilitate the cryogenic structural testing critical for the Artemis ESDMD EHP missions. The purchase includes detailed specifications about the vacuum pumps, auxiliary hardware, and required operational parameters, aiming to achieve a vacuum level of 1E-6 Torr. Furthermore, it details packaging and delivery instructions to ensure safety during transport, stipulates warranty expectations, and outlines the vendor's proposal requirements. The emphasis on high-quality, meticulously integrated components highlights NASA's commitment to advancing aerospace technology while ensuring functional and structural integrity in testing environments.
    The document is a recommendation from NASA’s Shared Services Center to procure specific items exclusively from a designated brand, specifically for the LESTR 2 cryogenic vacuum mechanical test system. The proposed acquisition strategy emphasizes negotiation with suppliers who can provide exact components from the brand Edwards, as listed in designated tables within the Statement of Work. This recommendation outlines that utilizing the same components from the previous LESTR 1 system will standardize parts, streamline maintenance, and minimize costs associated with training and transitions. It warns that employing different vendors or brands could lead to significant operational inefficiencies, safety compliance risks, and increased financial expenditures due to potential system incompatibilities and the necessity for system reworks. The total estimated cost and delivery timeline for this procurement effort extend up to September 30, 2025. Overall, the document underscores the importance of vendor selection in relation to system operational integrity and fiscal prudence within NASA's procurement processes.
    The document is an RFQ (Request for Quotation) issued by NASA for a vacuum pumping system for the Lunar Environment Structural Test Rig. The primary requirement is for brand-name equipment from Edwards, specifically the Next85D Pump Package and nXDS6i Scroll Pump, along with essential integration components. The procurement is reserved for small businesses, and detailed submission instructions are outlined for potential offerors, including a deadline of May 1, 2025. Key components of the RFQ involve a comprehensive Statement of Work, clear instructions to bidders, evaluation criteria, and numerous clauses related to compliance with federal acquisition regulations. Offerors must be registered at sam.gov and provide specific information in their quotes, such as delivery timelines and whether they comply with certain telecommunications provisions. The document ensures that participating companies understand their obligations, including certification of representations regarding ownership, and adherence to federal guidelines regarding sourcing and labor standards. Overall, this RFQ emphasizes NASA's pursuit of advanced technology and equipment through a structured, compliant procurement process, fostering opportunities for small businesses in the aerospace sector.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Single Liquid Helium Pump Contract Extension
    National Aeronautics And Space Administration
    NASA's Kennedy Space Center is seeking to extend the contract for a sole source Liquid Helium Pump, which is critical for supporting operations at the facility. This extension is justified under the Federal Acquisition Regulation 6.302-1, indicating that only one responsible source can fulfill the agency's requirements for this specialized equipment. The Liquid Helium Pump is essential for various aerospace applications, particularly in cryogenic environments. Interested parties can reach out to Brenda Teachworth at brenda.L.teachworth@nasa.gov or call 321-867-7449 for further details regarding this procurement opportunity.
    UPS Battery, UP, N1C.L48100EBM3U and N1C LR-Series 2000VA/1800W UPS, N1C.LR2000.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of two N1 Critical Technologies UPS Battery Modules (PN N1C.L48100EBM3U) and one N1C LR-Series 2000VA/1800W UPS Module (PN N1C.LR2000) for the Global Hawk project at the NASA Armstrong Flight Research Center in Edwards, CA. This procurement is set aside for small businesses and requires compliance with ISO 9001 and NASA Quality Document Q1-C, emphasizing the importance of quality assurance in the supply of critical aircraft parts. Quotes must be submitted by December 19, 2025, by 3:00 p.m. CT to laura.a.quave@nasa.gov, and should include the Cage Code, UEI number, anticipated delivery time, and any applicable shipping costs. Interested parties are encouraged to review the solicitation details and ensure registration at www.sam.gov to participate in this opportunity.
    43--VACUUM PUMP,ROTARY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 16 rotary vacuum pumps under solicitation number NSN 4310014736468. The pumps are critical components used in various military applications, and the approved sources for this procurement include specific manufacturers identified by their part numbers. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 24 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    Chamber Services for decompression sickness testing of exercise countermeasures.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to exercise countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920179Q-1. The procurement involves hypobaric chamber services to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which aims to assess decompression sickness risk during extravehicular activities (EVAs). Facilities must demonstrate proven capabilities in conducting pilot chamber tests, subject recruitment, and data collection, while adhering to strict medical monitoring and safety protocols. Interested vendors should contact Shanna Patterson at shanna.l.patterson@nasa.gov and reference the tracking number in their submissions, as the procurement is firm fixed price and does not allow payment by credit card.
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking qualified vendors to provide chamber services for decompression sickness testing related to CO2 countermeasures, under the Request for Quotation (RFQ) number 80NSSC26920246Q-1. The objective of this procurement is to conduct hypobaric chamber testing to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which includes investigating various prebreathe strategies. This testing is crucial for ensuring the safety and effectiveness of aerospace operations involving hypobaric conditions. Interested vendors must submit their quotes referencing the tracking number in the subject line of their emails and can reach out to Shanna Patterson at shanna.l.patterson@nasa.gov for further inquiries.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    NASA Agency-wide Acquisition of Nitrogen and Oxygen (NANO) 4 – 2025 Opt-In
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Agency-wide Acquisition of Nitrogen and Oxygen (NANO) 4 opt-in opportunity, aimed at supplying liquid nitrogen and liquid oxygen to support operations at various NASA centers across the United States. This procurement is critical for current and future aerospace flight, simulation, research, development, and testing operations, with the contract's ordering period valid through June 30, 2029. Interested contractors, including new entrants and current NANO-4 contractors, must submit a Capability Form detailing their production and distribution capabilities by January 30, 2026, with questions directed to Kristal Kerr and Justin Ko via email. The opportunity is part of a larger initiative that has already awarded contracts to six companies, and it encourages participation from new suppliers to enhance competition and capability in the supply chain.
    49--CLEANER, ESD VACUUM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking quotes for the procurement of two ESD vacuum cleaners, identified by NSN 6X-4935-LLX003293. The contract is a total small business set-aside, and the goods must be delivered to two locations: the Strategic Weapons Facility Pacific in Silverdale, WA, and the Trident Refit Facility in Kings Bay, GA. These specialized vacuums are crucial for guided missile maintenance, repair, and checkout operations, ensuring compliance with military standards. Interested vendors should submit their quotes, including F.O.B. destination pricing and adherence to MIL-STD packing and labeling requirements, to Joshua Martin at joshua.d.martin4@navy.mil by the specified deadline.
    29--PUMP,COOLING SYSTEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 1,253 units of a cooling system pump (NSN 2930011937802). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, aimed at ensuring a steady supply of essential engine accessories, which are critical for various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the estimated total value of orders may reach up to $350,000, with a guaranteed minimum quantity of 187 units. For inquiries, vendors can contact the DLA at DibbsBSM@dla.mil, and all submissions must adhere to the specified timelines outlined in the solicitation.
    PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a Centrifugal Pump Unit, classified under the NAICS code 333914. This contract requires the manufacture and quality assurance of the pump unit, which is critical for various military applications, ensuring reliable performance in demanding environments. Interested vendors must adhere to specific inspection and acceptance criteria, and all quotes must include a surplus material certificate if applicable. For further inquiries, potential bidders can contact James Fleniken at 614-693-0847 or via email at JAMES.FLENIKEN@DLA.MIL. The solicitation emphasizes a total small business set-aside, encouraging participation from small enterprises.