THERMAL ANALYSIS ENGINEERING SERVICES
ID: MEL-2664-09192024Type: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA MANAGEMENT OFFICE -- JPLPASADENA, CA, 91109, USA

NAICS

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

PSC

SPACE VEHICLES (1555)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 10:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) is seeking proposals for Thermal Analysis Engineering Services through the Jet Propulsion Laboratory (JPL), specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to acquire specialized thermal analysis support for spacecraft, including tasks such as detailed thermal analyses, finite element model updates, and compliance assessments for temperature limits during missions. This opportunity is critical for ensuring that spacecraft meet stringent thermal requirements, particularly for upcoming missions, including those involving Mars landings. Proposals are due by April 23, 2025, with preliminary past performance documentation requested by April 12, 2025. Interested parties can contact Megan Lagace at megan.e.lagace@jpl.nasa.gov or (626) 213-1113 for further information.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 12:04 AM UTC
The Jet Propulsion Laboratory (JPL) has issued guidelines for preparing Past Performance submissions as part of an RFP process. Proposers are required to provide written information on their past contracts that are similar to the requested efforts. Specifically, they must submit details on their five most recent relevant contracts, including customer contact details and performance evaluations. JPL will verify the provided references to assess past performance. The document outlines requirements for a Past Performance Questionnaire, which includes a rating scale to assess contractor performance in technical, schedule, cost, management, and responsiveness areas. Ratings range from Exceptional to Unsatisfactory and must be supported with comments. This approach aims to ensure that only responsible proposers with proven track records are selected, reflecting JPL's commitment to maintaining high standards in contract management and performance evaluation. Proposers must adhere to submission deadlines as specified in the RFP.
Mar 27, 2025, 12:04 AM UTC
The Jet Propulsion Laboratory (JPL) Request for Proposal (RFP) Acknowledgment form is designed for firms wishing to submit offers in response to federal procurement solicitations. The document requires the offeror to provide essential information, including business classification, organization type, and points of contact for negotiations. It emphasizes compliance with the Defense Priorities and Allocations System and mandates disclosure of any pending claims that could affect JPL’s assessment of the offeror's responsibility. Key topics include compliance with the Buy American Act, restrictions on telecommunications equipment from specified entities, and detailed reporting requirements related to executive compensation. Additionally, the form outlines the obligations related to Equal Employment Opportunity compliance for contracts exceeding $10 million, and it requests validation of the offeror's Earned Value Management system. The purpose of this document is to establish the eligibility and accountability of offerors in federal contracting, ensuring transparency and adherence to regulatory frameworks. By completing this acknowledgment, offerors ensure their submissions are valid, comply with federal laws, and establish a clear understanding of the terms and conditions governing subcontracting work with JPL.
Mar 27, 2025, 12:04 AM UTC
The Jet Propulsion Laboratory (JPL) RFP Attachment A-2 outlines the requirements regarding Cost Accounting Standards (CAS) for offerors submitting proposals exceeding $2,000,000. The notice comprises four parts, detailing the disclosure statement requirement for proposals subject to CAS and exemptions applicable to small businesses or foreign governments. Offerors must submit a Disclosure Statement alongside their proposals unless previously submitted, certifying their cost estimation practices align with disclosed practices. Eligibility for modified coverage under CAS is also addressed, particularly for offerors whose contract values are below $50,000,000 in the preceding period. Exemption options are specified, including monetary and interim exemptions for offerors exceeding the disclosure threshold. The document emphasizes the importance of communication regarding any changes in status that could affect CAS compliance. The structure of the document includes clear sections that solicit certifications on disclosure compliance and acknowledge the offeror's status as an educational institution or foreign concern, if applicable. This RFP attachment serves to ensure that awardees maintain accountability and transparency in cost accounting practices, aligning with federal grant scrutiny and oversight.
Mar 27, 2025, 12:04 AM UTC
The Jet Propulsion Laboratory (JPL) outlines specific security requirements for the Classified Specimen Subcontract in this document. Importantly, prior access to classified information is not necessary. The document details facility clearance levels and safeguarding capabilities needed based on access requirements. Subcontractors may need varying levels of access to classified information, including documents, hardware fabrication, and sensitive data. Specific items must be marked "Yes" or "No" to determine the necessary security protocols. Moreover, items requiring special authorizations or coordination with security officials are highlighted, including access to restricted data and special access programs. Compliance with relevant security manuals is mandatory to ensure proper handling and safeguarding of classified information. This document serves to ensure that subcontractors adhere to stringent security protocols when participating in government contracting activities related to classified projects.
The Jet Propulsion Laboratory (JPL) has issued a Notice of Total Small Business Set-Aside for subcontracting opportunities related to Research and Development in the Physical, Engineering, and Life Sciences, specifically guided missiles and space vehicles. This solicitation is exclusively for small businesses meeting the Small Business Administration's size standards as outlined in the applicable NAICS Code, 541715. Offers from non-small business concerns will be rejected. To participate, offerors must certify their small business status, including any relevant socio-economic categories, such as small disadvantaged or women-owned businesses. Misrepresentation of small business status can lead to severe consequences, including fines and ineligibility for future programs. The document specifies that any resulting subcontract will adhere to regulations established by JPL’s Small Business Plan as part of its prime contract with NASA. This initiative aims to engage small businesses in fulfilling government contracts, promoting diversity and economic growth in the sector while ensuring compliance with federal standards.
Mar 27, 2025, 12:04 AM UTC
The Jet Propulsion Laboratory (JPL) outlines standards of conduct and procedures for handling subcontractor personnel issues and ethical business practices. The document emphasizes the importance of ethical behavior, compliance with laws, and maintaining high integrity standards among subcontractor personnel. Key sections cover reporting violations of ethics, prohibitions against kickbacks and accepting gratuities, and managing conflicts of interest. Additionally, the document addresses workplace conduct, including sexual harassment, alcohol and drug use, safety violations, and proper handling of traffic citations. Procedures are specified for addressing personnel problems, disciplinary actions, separation processes, and ensuring subcontractor compliance with JPL policies. The guidelines highlight the responsibilities of both the subcontractor and JPL to cultivate a professional and ethical work environment that adheres to federal regulations. This foundational framework is essential for promoting accountability and integrity in JPL's operations, aligning with compliance mandates in federal RFPs and grants.
Mar 27, 2025, 12:04 AM UTC
The JPL RFP MEL-2664-09192024 outlines requirements for Thermal Analysis Engineering Services, specifically detailing labor rates and cost structures for fiscal years 2025 to 2030. The document includes tables for labor rate ranges, indirect rates, fixed fees, and various cost breakdowns, all requiring insertion of specific company data. Key sections cover proposed direct labor rates across several categories, emphasizing compliance with government cost instructions. Each fiscal year shows a progression of minimum, midpoint, and maximum rates across various labor roles. Additionally, it contains provisions for indirect rates and sample calculations for service contracts, including a breakdown of costs for direct labor, materials, and overhead. The overall purpose is to guide bidders in submitting structured cost proposals that align with federal funding guidelines, ensuring transparency and consistency in pricing for government contracts. This request for proposals facilitates effective budgeting and cost management for thermal analysis within the government sector.
Mar 27, 2025, 12:04 AM UTC
The document outlines the requirements and information that proposers must submit regarding their accounting systems and compliance with Cost Accounting Standards (CAS) in response to government requests for proposals (RFPs). It is structured into three main sections: 1. **Proposer Information**: Requests the Commercial and Government Entity (CAGE) Code, the proposer’s compliance with FAR requirements, and foundational information such as Data Universal Numbering System (DUNS) numbers. 2. **Accounting System Information**: Addresses specifics for cost reimbursable or fixed-price contracts, including recent audit details and documentation of accounting system adequacy. Proposers must confirm if their accounting practices align with FAR cost principles and whether they meet exemptions based on contract size or business classification. 3. **CAS Coverage and Disclosure**: Focuses on identifying any exemptions regarding CAS compliance for proposals exceeding $2 million. It inquires about compliance status and requires additional disclosure statements or explanations if non-compliance is detected. Overall, the document aims to ensure that proposers demonstrate financial accountability and adherence to federal standards, fostering a transparent procurement process. This is critical in maintaining integrity and accountability within federal contracting practices, specifically for significant funding requests.
The Representative Work Order (RWO) outlines a subcontract for thermal analysis support focusing on spacecraft thermal predictions. It specifies tasks to perform detailed thermal analyses, update finite element models (FEMs), and assess temperature limits for spacecraft components. The work includes inheriting existing models, generating new configurations, conducting steady-state and transient analyses, and facilitating weekly progress meetings via Microsoft Teams. The analysis will effectively predict worst-case hot and cold temperatures for design compliance based on inputs like solar flux and material properties. Deliverables consist of the FEMs and comprehensive documentation detailing model parameters and findings. This work is critical in ensuring the spacecraft meets temperature requirements throughout its mission, representing a vital aspect of aerospace engineering project management under federal contracting guidelines.
The Representative Work Order (RWO) 2 outlines a subcontract for the NASA mission involving thermal analysis of a spacecraft during its entry, descent, and landing on Mars. The primary aim is to assess compliance with temperature requirements during atmospheric descent by analyzing the spacecraft post-heatshield separation. The subcontractor is tasked with developing computational fluid dynamics (CFD) models, modifying thermal models, and performing analyses to evaluate temperature compliance under different atmospheric conditions. Key tasks include updating existing thermal finite element models with convective heat transfer assumptions, running thermal analyses for both worst-case temperature scenarios, and documenting model parameters and assumptions. Deliverables consist of modified thermal models and related documentation. Regular communication is mandated through weekly meetings, ensuring alignment and progress updates. The initiative demonstrates the importance of precise thermal management for successful Mars landings, focusing on the intricate balance of heat transfer in Martian conditions. This effort aligns with federal goals in advanced aerospace research and technology, ensuring readiness for future missions.
This Representative Work Order (RWO) outlines the Thermal Test Support for the Pump Controller Electronics Unit (PCEU) at the Jet Propulsion Laboratory (JPL). The subcontractor is tasked with modifying a thermal finite element model (FEM) to include test conditions and ground support equipment for a thermal vacuum test campaign, essential for qualifying the PCEU for flight. Key tasks include performing transient thermal analyses, documenting results, and providing temperature maps of the unit's components during various test scenarios. Additionally, the subcontractor will provide staffing support for the thermal vacuum test shifts, ensuring proper monitoring and operation. After testing, a model correlation will be performed to align actual measurements with predicted temperatures, culminating in a comprehensive report detailing any changes made to the thermal model. This work is critical for confirming the PCEU's performance under expected flight conditions, ensuring adherence to both timeline and budget.
Mar 27, 2025, 12:04 AM UTC
The Jet Propulsion Laboratory (JPL) of the California Institute of Technology requires offerors to possess an adequate accounting system for flexibly priced or fixed-price subcontracts with progress payments. To demonstrate this, offerors must present documentation, such as a written determination from a federal government auditor or agency, indicating the system's adequacy. This documentation must include audit report specifics, including numbers and results, and any deviations from the standard accounting procedures used in the proposal preparation. If an offeror's accounting system has not been federally reviewed, they must provide company details, including name, DUNS number, contact information, and addresses for cognizant DCAA and DCMA offices. Furthermore, JPL reserves the right to conduct an Accounting System Review to verify the adequacy of the accounting system. An authorized representative must certify and sign acknowledgment of these requirements on behalf of the organization. This process ensures compliance with federal regulations crucial for accurately determining costs in relation to the proposed subcontract.
Mar 27, 2025, 12:04 AM UTC
The document is a Supplier Information Request Form from the Jet Propulsion Laboratory (JPL) at the California Institute of Technology, aimed at gathering essential information from potential vendors for procurement processes. It requests suppliers to provide details such as the legal business name, employer identification number, CAGE code, NAICS code, and SAM registration status. Suppliers are also prompted to specify their organization type and business classification, including options for small businesses, minority-owned businesses, and various legal structures. Further, the form addresses tax withholding requirements and includes a section for bank account details for electronic invoice payments. By signing, suppliers certify the accuracy of the provided information and acknowledge the conditions surrounding electronic funds transfers. This form supports the federal contracting process, ensuring compliance with regulations and efficient vendor management for JPL.
Mar 27, 2025, 12:04 AM UTC
This document is a Request for Proposal (RFP) for Thermal Analysis Engineering Services, referred to as RFP # MEL-2664-09192024. It outlines the financial reporting requirements for the subcontractor, including directives for total costs, profits, and liabilities associated with the project. Key components include the total cost (A), profit/fee (B), total price (C), unfilled orders/commitments (D), and termination liability (E). The document stipulates that the total funding must not exceed the total price in the final month of the contract period. Additionally, it requires a written basis of estimate for termination liability to be included in the cost proposal. The format utilized involves cumulative totals by month alongside discrete amounts as of specified months, emphasizing accountability and transparency in budget management. This RFP aims to ensure proper financial oversight and guidance for contractors engaged in providing thermal analysis engineering services, reflecting the federal government's commitment to fiscal responsibility and due diligence in managing federal contracts.
Mar 27, 2025, 12:04 AM UTC
The document from the Jet Propulsion Laboratory outlines a certification of current cost or pricing data as required under the Federal Acquisition Regulation (FAR). It asserts that the offered cost data is accurate, complete, and current, specifically for proposals submitted to the California Institute of Technology (JPL). The certification includes any advance agreements or forward pricing rate agreements between the Offeror and the Government. Key details necessitated include identification of the proposal or submission and the conclusion date of price negotiations. An authorized signature from the subcontractor is required, along with a clear date indicating when the agreement was finalized. This document serves as an essential component in the submission process for federal RFPs, demonstrating compliance and integrity in cost reporting in government contracting.
Mar 27, 2025, 12:04 AM UTC
The Jet Propulsion Laboratory (JPL) outlines strict guidelines for subcontractor personnel seeking unescorted access to the facility as part of its role as a Government Prime Contractor and Federally Funded Research and Development Center. There are three primary badging processes: 1. **Daily Badge (1-29 days)**: Initiated by the JPL host, this requires an electronic submission of a personnel roster and a National Crime Information Center (NCIC) inquiry. Access is granted after a successful check at the South Gate, requiring a 72-hour lead time. 2. **Temporary Smartcard Badge (30-179 days)**: A similar initiation process as the Daily Badge, with additional onboarding for a Smartcard, including documents like I-9 verification. The subcontractor receives temporary access while the Smartcard is being processed. 3. **Long Term Smartcard Badge (180-365 days)**: This involves a more detailed application process, including a Position Risk Assessment and submission of the JPL Form 7375, allowing for extended access credentials. Additional requirements include background checks and proper documentation for badge issuance. The instructions aim to ensure security at JPL while enabling necessary access for subcontractor personnel involved in various projects at the Lab.
Mar 27, 2025, 12:04 AM UTC
The document outlines the requirements for subcontractor cost or pricing data mandated by the Jet Propulsion Laboratory (JPL) for contracts exceeding $2 million. Subcontractors must provide certified cost or pricing data unless they apply for an exception, typically based on adequate competition, regulatory prices, or commercial items. When seeking an exception, subcontractors must submit relevant information, including identification of controlling laws or prior pricing data for similar items. If a modification to a subcontract is proposed, the subcontractor can still request an exception with appropriate documentation. JPL reserves the right to audit records to validate these exception requests and price fairness. This document serves as guidance for subcontractors on submitting pricing data and seeking exemptions, highlighting JPL's compliance requirements within federal contracting frameworks.
Mar 27, 2025, 12:04 AM UTC
The Jet Propulsion Laboratory of the California Institute of Technology issued a notice regarding the requirement for a pre-award on-site Equal Opportunity Compliance Review for solicitations involving awards of $10 million or more. According to the regulations set forth by the Office of Federal Contract Compliance (41 CFR 60-1.20, effective December 20, 2005), no award will be granted unless the proposer demonstrates compliance with the Equal Opportunity provisions specified in the solicitation. This review ensures that contractors uphold fair employment practices and abide by equal opportunity standards. The document underscores the importance of compliance in government contracting and the need for all proposers to meet these criteria before receiving funding for their projects.
Mar 27, 2025, 12:04 AM UTC
The document outlines a Cost Plus Fixed Fee Subcontract between the California Institute of Technology's Jet Propulsion Laboratory (JPL) and an unnamed Subcontractor. The subcontract focuses on providing thermal support activities essential for JPL's space missions, including spacecraft thermal design, analysis, and testing. It involves detailed tasks ranging from developing thermal requirements to delivering analytical thermal models. Key provisions include administrative procedures for Subcontract Work Orders (SWOs), billing requirements, and compliance with various regulations, including cybersecurity measures. The subcontract also stipulates payment structures, including fixed fees and cost reimbursement, with specific reporting obligations for the Subcontractor. The contract emphasizes the importance of protecting proprietary data and ensuring that specified key personnel are utilized. Provisions are included for modifications to extend the contract term and value. The general objectives and responsibilities highlight JPL's commitment to maintaining high technical and security standards, thereby ensuring the effective completion of critical research and development work aligned with NASA's goals. This subcontract demonstrates a structured approach to managing federally funded projects in the aerospace industry, ensuring compliance with relevant procurement regulations.
Mar 27, 2025, 12:04 AM UTC
The Jet Propulsion Laboratory (JPL) has issued Request for Proposal (RFP) No. MEL-2664-09192024 aimed at acquiring Thermal Analysis Engineering Services. This opportunity is specifically designated for small businesses and requires compliance with numerous guidelines laid out in the RFP, including the submission of proposals by April 23rd, 2025. Proposals must include specific documentation related to accounting systems and past performance, and will be evaluated based on technical and management criteria, without compromising cost factors. Proposers are encouraged to utilize resources available through the APEX Accelerators and Small Business Development Center for assistance. JPL reserves the right to reject any proposals and emphasizes that cost proposals will not solely determine contract awards; quality and technical merits are equally significant. The process and criteria for evaluation are detailed, outlining expectations for past performance and modeling capabilities relevant to thermal analysis. The RFP highlights that JPL's funding status is not yet confirmed; hence, engagement in the proposal submission process is at the risk of the proposer. Vendors are advised to follow strict guidelines regarding proposal format, submission rules, and information confidentiality. The ultimate goal is to ensure a pool of qualified contractors capable of delivering specialized thermal analysis insights required for JPL's ongoing and future projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Probe positioners and accessors
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of probe positioners and accessors through Request for Quotation (RFQ) 80NSSC25900999Q. This procurement is a brand-name requirement and is specifically set aside for small businesses, emphasizing compliance with federal regulations and promoting competitive practices. The goods are essential for various NASA operations, ensuring precise measurements and control in aerospace applications. Interested offerors must submit their quotes by April 23, 2025, at noon Central Time, directed to Sara Jusino-Terry via email, and must be registered with the System for Award Management (SAM).
LPP Combustion Window Assemblies
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the fabrication of LPP Combustion Window Assemblies, specifically part number 27094M42A100, as part of a procurement set aside for small businesses. This initiative is critical for observing combustion events under extreme conditions at the NASA Glenn Research Center, emphasizing the need for leak testing, thermal barrier spray coatings, and full dimensional inspections of the assemblies. Interested offerors must submit their quotes by April 24, 2025, and ensure they are registered at www.sam.gov, adhering to federal regulations and requirements for U.S.-manufactured products. For inquiries, contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420, referencing Notice ID 80NSSC25900897Q.
Validation Recovery Event with Commercial Ship (VALENT)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals from qualified small businesses for the Validation Recovery Event with Commercial Ship (VALENT) mission, which involves providing ship, labor, and equipment to support the Exploration Ground Systems (EGS) Landing & Recovery operations. The selected contractor will be responsible for transporting the Command Module Training Article (CMTA) to designated drop zones for open water simulation training, a critical component in preparing for future space missions. Proposals are due by April 30th at 5:00 PM EST and should be submitted to the primary contact, Joshua Giraud, at joshua.giraud@nasa.gov. This opportunity is set aside for small businesses under the SBA guidelines, with a focus on the Coastal and Great Lakes Freight Transportation industry.
Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II, aimed at providing essential programmatic support services at the Marshall Space Flight Center in Huntsville, Alabama. This procurement is a total small business set-aside for an indefinite delivery, indefinite quantity (IDIQ) contract, which will include a two-year base period and three one-year options, focusing on areas such as Program Analysis, Earned Value Management, Cost Estimating, Scheduling, and Risk Integration. The Draft Request for Proposal (DRFP) is intended to gather industry feedback to refine the final RFP, which is expected to be released on or about June 6, 2025, with proposals due approximately 30 days later. Interested parties are encouraged to submit comments by May 6, 2025, and can contact Charlene Booth at charlene.c.booth@nasa.gov for further information.
Raman Spectroscopic Instrument Testing and Field Test Logistics
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Raman Spectroscopic Instrument Testing and Field Test Logistics, with the intention of issuing a sole source contract to Southwest Research Institute. The primary objective of this procurement is to facilitate the testing and logistical support necessary for the Raman spectroscopic instruments, which are critical for scientific research and analysis in various applications, including Mars-analog studies. Interested organizations are invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on April 24, 2025, to the primary contact, Kacey Hickman, at kacey.l.hickman@nasa.gov, as the government will evaluate submissions to determine the potential for competitive procurement.
Matrox Transmitter and Receiver
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for a Matrox Transmitter and Receiver under RFQ number 80NSSC25901617Q, specifically targeting small businesses. This procurement involves a Brand Name or Equal requirement, with detailed specifications outlined in the accompanying Statement of Work, and aims to ensure compliance with federal telecommunications standards and regulations. Interested offerors must submit their quotes via email by April 28, 2025, and are encouraged to address any questions in writing by April 24, 2025, while ensuring their quotes remain valid for 30 days. For further inquiries, potential bidders can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
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.
Vacuum Chamber 1.1 for LESTR 2- additional parts specified in SOW
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a vacuum chamber, specifically designated as Vacuum Chamber 1.1 for LESTR, along with additional parts as outlined in the Statement of Work (SOW). This procurement aims to enhance NASA's capabilities in measuring and controlling devices, which are critical for various aeronautics and space exploration projects. Interested small businesses must register at www.sam.gov and submit their quotes by April 29, 2025, with provisions for late submissions if advantageous to the Government. For further inquiries, potential offerors can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
TECHNOLOGY TRANSFER OPPORTUNITY: Cryogenic Selective Surfaces (KSC-TOPS-59)
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 cryogenic selective surfaces. These surfaces, developed as thermal control coatings, have the potential to reflect essentially all solar radiation in the space environment. They can be used to keep cryogenic fuel and oxidizers cold enough for long-term storage in space and support the operation of low-temperature devices and systems on spacecraft. 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.
Skydio X10 Starter Kit
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a Skydio X10 Starter Kit, specifically from Skydio, Inc., as part of a combined synopsis/solicitation. This procurement is set aside for small businesses and aims to acquire advanced technology compatible with both 2.4/5 GHz and 5G/LTE networks, essential for operations at the Kennedy Space Center in Merritt Island, Florida. The selected equipment will enhance NASA's capabilities in its missions, reflecting the agency's commitment to maintaining cutting-edge technology. Quotes are due by April 28, 2025, and interested offerors must direct any questions to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.