Hydrogen Electrical Power System (HEPS) Notice of Intent to Sole Source
ID: 80AFRC21CA004Type: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA ARMSTRONG FLIGHT RESEARCH CNTREDWARDS, CA, 93523, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SPACE R&D SERVICES; SPACE FLIGHT, RESEARCH AND SUPPORTING ACTIVITIES; APPLIED RESEARCH (AR12)
Timeline
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 8, 2025, 8:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) intends to modify the existing Hydrogen Electrical Power System (HEPS) contract to incorporate an automatic shutoff feature for the reactant gas supply to the Tipping Point Rocket Locker Hardware. This modification is deemed necessary to enhance safety and operational efficiency, and NASA plans to issue a sole source contract to Teledyne Energy Systems, Inc., citing that only one responsible source can fulfill the agency's requirements. Interested organizations are invited to submit their capabilities and qualifications by email to Roxana Romero and Lonna Rumsey by 12:00 PM PST on January 8, 2025, for evaluation purposes, as the government retains discretion over the competitive nature of the acquisition.

Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Thin-Wall Turn Around Manifold Directed Energy Deposition Component
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Thin-Wall Turn Around Manifold Directed Energy Deposition Component, which is critical for its operations at the Marshall Space Flight Center. The agency intends to issue a sole source contract to RPM Innovations Inc., the only identified provider of this component, under the authority of FAR 13.106-1(b)(1)(i). Interested organizations are invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on April 10, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Shari Trigg at shari.trigg@nasa.gov.
2K Laser Powder bed Fusion Combustion Chamber and Specialty Alloy Build Processing
Buyer not available
NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure a 2K Laser Powder Bed Fusion Combustion Chamber and Specialty Alloy Build Processing, with the intention of issuing a sole source contract to North American Manufacturing Pros LLC, the identified sole provider for these specialized services. This procurement is critical for advancing NASA's capabilities in additive manufacturing and is expected to be performed at the Marshall Space Flight Center in Huntsville, Alabama. Interested organizations are invited to submit their capabilities and qualifications in writing by 4:00 p.m. Central Standard Time on April 11, 2025, to determine if the procurement will be conducted on a competitive basis. For further inquiries, interested parties may contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
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.
NASA Environmental and Medical Contract (NEMCON) IDIQ Ceiling Increase
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to increase the indefinite-delivery indefinite-quantity (IDIQ) ceiling for the NASA Environmental and Medical Contract (NEMCON) to better meet its operational needs. This modification will involve a sole-source acquisition from HSG, LLC, due to their specialized capabilities in environmental and medical services that are critical for NASA's space and aeronautical missions. The increase in the IDIQ ceiling is necessary to accommodate rising demands and ensure the continuity of essential services, following a comprehensive evaluation of the contractor's past performance and technical proficiency. Interested organizations are invited to submit their capabilities and qualifications to Contracting Officer Anthony Islas via email by 3:30 PM Eastern Time on April 15, 2025, for consideration in this procurement process.
Produce AM L-PBF Inner Body/Injector (CORE), Produce AM L-PBF Outer Body, Apply Polishing and Powder Removal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure services for the production of Additive Manufacturing (AM) Laser Powder Bed Fusion (L-PBF) components, specifically the inner body/injector (CORE) and outer body, along with polishing and powder removal processes. This procurement is critical for NASA's ongoing projects at the Marshall Space Flight Center (MSFC), where these components will play a vital role in advanced aerospace applications. NASA intends to issue a sole source contract to Additive Manufacturing & Engineering, Inc., as they are deemed the only provider capable of fulfilling these specific requirements. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts, Cody Guidry and Shari Trigg, by 3:00 p.m. Central Standard Time on April 10, 2025, to be considered for this opportunity.
ATOM-5 Additional Option Years and POP Extension
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the contract for ground-based aerospace testing and facilities operations and maintenance services, specifically for projects such as the Sensor and Thermal Protection System Advanced Research (STAR) Lab, Orion Multi-purpose Crew Vehicle (MPCV), and Artemis. This opportunity involves a sole source contract with Amentum Technology, LLC, for an additional 24-month period of performance, or two 1-year option periods, extending the current contract 80ARC022DA001, which is structured as an Indefinite Quantity/Indefinite Delivery contract. Interested organizations are invited to submit their capabilities and qualifications to the Contracting Officer, Jeanne Chun, via email by 3:00 PM Pacific time on April 22, 2025, to determine if the acquisition will be conducted on a competitive basis. The Government's decision regarding competition will be at its discretion, and further details can be found in the applicable NASA Clause 1852.215-84, Ombudsman.
VA One Software Maintenance & Support/Lease.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to renew its software maintenance and support lease for the VA-One software package, which is critical for various flight projects at the Goddard Space Flight Center (GSFC). The procurement involves a sole source contract with ESI North America Inc., the only vendor capable of providing the necessary licensing, technical enhancements, and support for the VA-One acoustic analysis software. Timely renewal of the software licenses is essential to prevent potential delays in project timelines and ensure uninterrupted operations within the agency. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 12:00 p.m. Eastern Standard Time on April 14, 2025, to be considered for this procurement.
TECHNOLOGY TRANSFER OPPORTUNITY: Low Separation Force Quick Disconnect Device (KSC-TOPS-84)
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 the Low Separation Force Quick Disconnect Device developed by NASA's Kennedy Space Center (KSC). This device is designed for transporting pneumatic and cryogenic fluids and eliminates the need for heavy support structures by ensuring low separation force regardless of line pressure. It is particularly valuable for companies dealing with fluid connectors, especially in the aerospace sector. 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 from this notice.
TECHNOLOGY TRANSFER OPPORTUNITY: Portable Compact Thermionic Power Cell (LAR-TOPS-294)
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 Compact Thermionic Power Cell. This technology is a small, compact, lightweight power source that converts heat to electricity, making it ideal for remote, hazardous, or isolated applications such as remote sensors/transmitters in severe environments. 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 from this notice.
FY25 KSC Pointwise Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the acquisition of Pointwise Fidelity software from Cadence Design Systems, Inc., as part of the FY25 KSC Pointwise Renewal project. This procurement involves acquiring two units of the software, which is essential for NASA's operations at the Kennedy Space Center in Florida, with a contract performance period from July 1, 2025, to June 30, 2026. The RFQ emphasizes the importance of open competition and compliance with federal regulations, ensuring that all offerors are registered in the System for Award Management (SAM) and adhere to various legal provisions. Interested parties must submit their quotations by April 14, 2025, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.