NASA/MSFC Determinant Assembly for the SLS B1B Payload Adapter
ID: 80MSFC24R0016Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA MARSHALL SPACE FLIGHT CENTERHUNTSVILLE, AL, 35812, USA

NAICS

Engineering Services (541330)

PSC

MODIFICATION OF EQUIPMENT- METALWORKING MACHINERY (K034)
Timeline
    Description

    NASA's Marshall Space Flight Center (MSFC) is seeking to procure a Determinant Assembly for the Space Launch System (SLS) Block 1B Payload Adapter through a sole source contract with Shape Fidelity, Inc. The procurement requires specialized engineering services that include structured light scanning, digital assembly, and CAD-guided drilling, all aimed at achieving precise assembly of the SLS Block 1B Payload Adapter Qualification article. This project is critical for NASA's aerospace missions, emphasizing the need for high precision and adherence to safety standards in the assembly process. Interested organizations must submit their capabilities and qualifications to Josh Stiles or Wade Amis via email by 5:00 P.M. C.D.T. on September 27, 2024, to be considered for this acquisition.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the assembly requirements for the Space Launch System (SLS) Block 1B Payload Adapter at NASA Marshall Space Flight Center. It highlights the need for a determinant assembly method that enhances flexibility, reduces costs, and shortens design cycle times. Responsibilities include controlling operations, collecting structural data, and facilitating assembly processes while adhering to safety standards. Key deliverables include documentation of progress, geometric inspection reports, and a comparison of component tolerances against CAD specifications. The contractor must possess significant expertise in structured light scanning and top-down design methodologies. The overall assembly tolerances are detailed, emphasizing precision in various measurements to ensure structural integrity. The project is expected to be completed within four months from contract award and mandates coordination with existing projects in shared facilities, ensuring no operational conflicts arise. This SOW reflects NASA's strategic approach to developing components for high-stakes aerospace missions through standardized methods and close adherence to technical requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Safety and Mission Assurance Services (SMAS) II
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Safety and Mission Assurance Services II (SMAS II) contract at the George C. Marshall Space Flight Center. This contract aims to provide a wide range of safety and mission assurance services, including system safety, reliability, software assurance, and quality engineering, supporting various NASA facilities such as Kennedy Space Center and Michoud Assembly Facility. The anticipated contract, valued at up to $488 million, will be a small business set aside with a single-award indefinite-delivery, indefinite-quantity (IDIQ) structure, and is expected to have an eight-year performance period. Interested parties are encouraged to submit comments on the Draft Request for Proposal (DRFP) by October 4, 2024, with the final RFP expected to be released on or about November 22, 2024. For further inquiries, contact Maranda McCord at maranda.b.mccord@nasa.gov.
    280MM INNER DIAMETER INTEGRATING SPHERE
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a 280mm inner diameter integrating sphere, which is crucial for the calibration of spectrometers at the Goddard Space Flight Center (GSFC). The primary objective of this procurement is to facilitate the transfer of NIST-traceable calibrations to an uncalibrated spectroradiometer, utilizing the sphere as a monochromatic source in conjunction with a multi-wavelength laser system. This specialized equipment is essential for ensuring precise scientific measurements and adherence to stringent calibration standards in technical fields. Interested organizations must submit their capabilities and qualifications in writing to Katheryn Thomas at katheryn.a.thomas@nasa.gov by 11:59 a.m. Eastern Standard Time on September 19, 2024, to be considered for this sole source contract, which is anticipated to be awarded to Gigahertz-Optik.
    NASA Launch Services II 2024 On-Ramp
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is initiating an on-ramp opportunity for its Launch Services II (NLS II) contract, which remains open until June 30, 2030. This procurement aims to secure launch services from domestic providers capable of delivering payloads of at least 250kg to orbit, adhering to specific risk mitigation categories as outlined in NASA Policy Directive 8610.7D. The NLS II contract is critical for supporting NASA's missions by ensuring reliable access to space through certified launch vehicles. Interested parties must notify NASA of their intent to submit proposals by September 27, 2024, and provide details about their launch vehicle configurations and current flight manifest. For further inquiries, contact Jason R. Siewert at jason.r.siewert@nasa.gov or call 321-407-0250.
    Facilities And Operations Maintenance Support Services II (FOMSS II)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The contract aims to deliver comprehensive operations, maintenance, and repair services for a diverse campus comprising approximately 344 structures, including complex aerospace facilities and environmental management tasks related to hazardous waste. This competitive acquisition is designated as an 8(a) set-aside, with a total estimated value of $110 million over a five-year period, including a 45-day phase-in and multiple option years. Interested parties must submit their comments on the Draft Request for Proposal (DRFP) by August 29, 2024, and proposals are anticipated to be due by October 11, 2024. For further inquiries, contact Noeleen Laughlin at noeleen.laughlin@nasa.gov or Joseph R. Tynes at joseph.r.tynes@nasa.gov.
    Moog MD90 Control Load System & Coupling SW
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure a Moog MD90 Control Load System and associated Electronic Coupling Software, which are critical for the development and training of the X-66 experimental aircraft at the Armstrong Flight Research Center (AFRC) in Edwards, California. The procurement specifically requires Moog products due to their unique specifications that meet essential size and performance criteria, ensuring compatibility with existing simulator infrastructure and avoiding significant delays and costs associated with alternative vendors. The performance period for this acquisition is set at 26 weeks from the award date, and interested small businesses must register in the System for Award Management (SAM) and adhere to federal regulations. For further inquiries, interested parties can contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136.
    Structure materials for K-Span building at Kennedy Space Center.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of structural materials for a K-Span building at NASA's Kennedy Space Center. The solicitation, identified by number FA252124QB183, requires vendors to provide a variety of construction supplies, including insulated panels, rebar, and waterproofing sealers, with precise specifications and quantities outlined in the associated documents. This procurement is crucial for supporting NASA's construction projects while adhering to federal acquisition regulations and ensuring compliance with national security standards. Interested vendors must submit their quotes electronically in PDF or Word format by September 19, 2024, at 8:00 A.M. EST, and can direct inquiries to Cynthia Whittaker or Abigail Muenchow via their provided email addresses.
    3 year Extended Warranty for Stratasys Fortus 900MC 3D printer
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking a 3 year Extended Warranty for Stratasys Fortus 900MC 3D printer. This warranty is typically used to provide maintenance, repair, and rebuilding services for office supplies and devices. The place of performance is Huntsville, AL, with a zip code of 35812, in the USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    TECHNOLOGY TRANSFER OPPORTUNITY: Lunar Surface Manipulation System (LAR-TOPS-73)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking development partners and potential licensees for the Lunar Surface Manipulation System (LSMS). The LSMS is a versatile lifting and precision positioning device designed for operations on the lunar surface. It allows for fine positioning with complete control over both translation and rotation of the payload. The LSMS can perform multiple functions such as unloading components from a lander, transporting components to an operational site, and supporting service and replacement during component life. NASA is soliciting inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market this technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. 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 to result from responses to this Notice.
    TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a simplified hi-res flow visualization assembly. This assembly, developed by researchers at NASA's Langley Research Center, is a compact and easy-to-use optical system that enables focusing schlieren imaging. It reduces complexity and alignment time compared to conventional systems, and is self-aligned, compact, and cost-effective. The assembly can be attached to a commercial-off-the-shelf camera and is capable of fields-of-view of 10 and 300 millimeters. 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.
    Procurement of Material used to fabricate parts for the NASA Electric Aircraft Testbed (NEAT) project.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking small businesses to procure materials necessary for the fabrication of parts for the NASA Electric Aircraft Testbed (NEAT) project. This procurement includes five sheets of 4130 annealed carbon steel plates and stainless steel tubing that must meet specific ASTM standards, along with required certificates of material conformance. The materials are critical for advancing NASA's initiatives in electric aviation technologies, reflecting the agency's commitment to innovation in aerospace. Quotes are due by September 24, 2024, and interested vendors should direct inquiries to Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.