Notice of Sole Source Justification: Velo3D Sapphire Additive Manufacturing System 1-Year Lease
ID: 23-77Type: Justification
Overview

Buyer

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

PSC

LEASE OR RENTAL OF EQUIPMENT- METALWORKING MACHINERY (W034)
Timeline
    Description

    NASA's Marshall Space Flight Center (MSFC) is seeking to award a sole source contract for a one-year lease of the Velo3D Sapphire Metal Additive Manufacturing (AM) System from Velo3D Inc. This procurement is critical for NASA's evaluation and certification of flight components for the Human Landing System (HLS) and Space Launch System (SLS) vehicles, as hands-on experience with this specific machine is necessary to ensure safety and compliance in manufacturing processes. The Velo3D Sapphire system is uniquely positioned to meet the high-risk evaluation needs identified by the NASA Engineering Safety Center (NESC), which is managing this project. Interested parties can direct inquiries to Yong Castillo at yong.h.castillo@nasa.gov or Sadie Moulton at sadie.m.moulton@nasa.gov for further details.

    Point(s) of Contact
    Similar Opportunities
    Purchase an extrusion system that will be used to develop regolith composites
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of an extrusion system designed for the development of regolith composites. This system must include essential components such as a material hopper, filament cooling path, spool winder, and a hardened screw capable of processing thermoplastic and abrasive regolith materials. The procurement is set aside for small businesses, emphasizing the importance of this technology for NASA's research and development initiatives. Quotes are due by December 9, 2025, at 3:00 p.m. CT, and must be submitted to Laura Quave at laura.a.quave@nasa.gov, with technical questions due by December 5, 2025. Interested vendors must be registered on SAM.gov and adhere to specific provisions outlined in the RFQ and Statement of Work.
    Thermo Scientific Nicolet iS50 FTIR Spectrometer - Aligned Tri-Detector, Gold Optics, No Beamsplitter & warranty purchase.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure a Thermo Scientific Nicolet iS50 FTIR Spectrometer, including warranty, as a sole source requirement from Thermo Electron North America LLC. This advanced analytical instrument is crucial for the NASA Johnson Space Center's Environmental Chemistry Laboratory, where it will enhance capabilities for analyzing gases for human consumption and streamline operations by reducing analysis time. The procurement is justified under FAR 13.106-1(b)(1)(i) due to the vendor's unique qualifications, and interested organizations may submit their capabilities by December 9, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov for consideration in determining the viability of a competitive procurement. The contract will be executed in Houston, Texas, with a performance period of 30 days after receipt of order.
    Custom mid-infrared lenses for laser beam expander
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure custom mid-infrared lenses for a laser beam expander, with the intention of issuing a sole source contract to Vertex Optics, Inc. The procurement requires the contractor to supply three specific types of lenses: Lightpath BD6 chalcogenide glass lenses and Cleartran Zinc Sulfide lenses, each with detailed specifications outlined in the associated Statement of Work. This equipment is critical for NASA's operations at the Goddard Space Flight Center, and the period of performance for the project is set at 16 weeks after receipt of order. Interested organizations must submit their capabilities and qualifications to Cody Guidry by 3:00 p.m. Central Standard Time on December 8, 2025, to be considered for this procurement.
    JOFOC for the Flight-Like Advanced Material Reactors
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for Other Than Full and Open Competition for the Flight-Like Advanced Material Reactors contract, identified as 80MSFC21CA010. This procurement aims to support advanced research and development in national defense and atomic energy, focusing on the creation of innovative material reactors that simulate flight conditions. The contract is critical for advancing NASA's capabilities in applied research within the aerospace sector. For further inquiries, interested parties can contact Laura Bullington at Laura.E.Bullington@nasa.gov or Cynthia Hubbard at cynthia.a.hubbard@nasa.gov.
    LaRC Abaqus Software Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    CUSTOME TEXTILE PROTYPE
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole-source contract to Bally Ribbon Mills for the development of custom textile prototypes essential for the Artemis Suit Materials (ASM) Project. The procurement involves the design, weaving, and testing of advanced woven fabrics for the next-generation lunar Environmental Protection Garment (EPG), with Bally Ribbon Mills identified as the only source capable of meeting these specialized requirements due to their unique capabilities and established history in producing high-performance aerospace textiles. Interested organizations may submit their capabilities by December 9, 2025, at 8 a.m. Central Standard Time to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as oral communications are not accepted, and the procurement will follow commercial item acquisition procedures under FAR Part 12 and 13.
    AVEVA WonderWare Software Maintenance Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its AVEVA WonderWare Software Maintenance through a sole source contract with INSOURCE SOFTWARE SOLUTIONS, INC. This renewal is crucial for ensuring continued technical support and access to software upgrades for the AVEVA WonderWare Customer FIRST - Standard Level Software Maintenance at the NASA Stennis Space Center in Mississippi. The period of performance for this contract is set from November 21, 2025, to November 20, 2026, with a need-by date of December 30, 2025. Interested organizations may submit their capabilities and qualifications by December 8, 2025, at 12:00 p.m. Central Standard Time, although NASA reserves the right to proceed with a non-competitive award. For further inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    TTTech Switch Lab Space Switches
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.
    Safety and Mission Assurance Services (SMAS)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    AFP for Lease of Parcel 7 at NASA Marshall Space Flight Center
    Buyer not available
    NASA's George C. Marshall Space Flight Center (MSFC) is soliciting proposals for the lease of Parcel 7, a 5.1-acre property located within Redstone Arsenal in Huntsville, Alabama. The objective is to lease this underutilized land to commercial or federal entities whose activities align with MSFC's mission and enhance U.S. competitiveness in the aerospace sector. The lease offers a 10-year base term with two additional 10-year options, and proposals must detail the intended use, development plans, financial viability, relevant experience, and anticipated economic impact on the local community. Proposals are due by January 5, 2026, with a Q&A period extending until December 12, 2025. Interested parties can contact Cari Smith or John Green at hq-realestate@mail.nasa.gov for further information.