Cancelled: Final Request For Proposal (RFP): 10-Kilowatt Closed Brayton Cycle (CBC) Power Conversion System (PCS) Prototype for Fission Surface Power
ID: 80GRC025R7013Type: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GLENN RESEARCH CENTERCLEVELAND, OH, 44135, USA

NAICS

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

PSC

GENERAL SCIENCE & TECHNOLOGY R&D SVCS; GENERAL SCIENCE & TECHNOLOGY; EXPERIMENTAL DEVELOPMENT (AJ13)
Timeline
    Description

    NASA's Glenn Research Center has announced the cancellation of the Request for Proposal (RFP) for the design, manufacture, and testing of a 10-Kilowatt Closed Brayton Cycle (CBC) Power Conversion System (PCS) Prototype for Fission Surface Power, originally designated as RFP No. 80GRC025R7013. The objective of this procurement was to develop a new electrical power conversion system to support future space fission power systems for lunar and Martian environments, building on technological advancements since the 1970s. Although the RFP has been canceled as of August 7, 2025, NASA encourages industry stakeholders to monitor SAM.gov for future opportunities related to this project. For further inquiries, interested parties may contact Linda M. Nabors at linda.m.nabors@nasa.gov or Hunter C. Butkovic at hunter.c.butkovic@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, titled "Security Requirements for Unclassified IT Resources," outlines the mandatory IT security and Cyber Supply Chain Risk Management (C-SCRM) requirements for contractors working with NASA. It mandates adherence to federal regulations like FISMA 2014 and NIST publications for both federal and non-federal systems handling NASA information. Contractors must submit IT security plans, C-SCRM plans, and certifications for non-federal systems, with specific submission frequencies. Key requirements include immediate incident reporting, designating an IT security point of contact, and ensuring all employees complete annual IT Security Awareness Training and role-based training. The document also details annual reporting for employees in sensitive positions and emphasizes maintaining up-to-date security documentation to ensure the integrity and confidentiality of NASA's unclassified IT resources.
    The provided document, a "Total Price Summary," outlines the required template for prime offerors submitting proposals for federal government RFPs, federal grants, or state/local RFPs. It details the breakdown of costs across various Contract Line Item Numbers (CLINs) for a firm-fixed price contract. The template includes sections for direct labor hours (prime and subcontractor), fully burdened labor dollars, material costs, and other direct costs, culminating in a total price for each CLIN. Offerors are instructed to provide detailed calculations and explanations for all values in attachments, emphasizing that information not directly supporting government attachments could impact price volume evaluation. The document also allows for the addition or deletion of CLINs and subcontractors as necessary, indicating its flexibility while maintaining strict reporting requirements for price transparency and evaluation by the government agency.
    Attachment F outlines the process for setting up and using a Box account to submit proposals to NASA, specifically for federal government RFPs. Individuals responsible for proposal submission must either create a new Box account or use an existing one. New users need to visit box.com, sign up for a free individual account, and verify their email. After account creation, users must log in to confirm activation and then email the NASA RFP Points of Contact with their email address, full name, and confirmation of US Person status. NASA will then create and share a folder, requiring the individual to set up two-factor authentication and accept terms of service. Finally, proposal files are to be uploaded to this shared folder. The document emphasizes that proposals are only accepted via Box, not email, and advises offerors to familiarize themselves with Box's technical requirements and support resources.
    The document outlines the Security Requirements for Unclassified IT Resources related to a federal contract (Solicitation No. 80GRC025R7013) issued by the Office of the Chief Information Officer (OCIO). Its primary purpose is to ensure compliance with IT security reporting, particularly regarding Cyber Supply Chain Risk Management (C-SCRM). Key points include requirements for contractors to submit various security plans, including Information System Security and C-SCRM plans, as well as necessary training for employees accessing NASA information. Contractors must maintain accreditation for non-federal systems and report incidents involving NASA data promptly. Each contractor must appoint an IT Security Point of Contact and ensure annual completion of IT Security Awareness Training. The document emphasizes adherence to established security standards as per federal guidelines and mandates that non-federal systems follow NIST guidelines for data protection. Additionally, contractors are required to maintain updated systems documentation and certifications, responding promptly to changes in security protocols. Overall, the document serves to safeguard sensitive information related to NASA and outlines specific obligations contractors must fulfill to secure IT operations under the contract.
    The document outlines the Total Price Summary template required from prime offerors in response to government RFPs. Its primary purpose is to provide a structured format for detailing the total proposed costs associated with each specified Contract Line Item Number (CLIN). Offerors must include their calculations and explanations for values presented in attachments, emphasizing the necessity for transparency and accuracy in the price volume. The template requires information on direct labor hours, which includes details from both the prime contractor and any subcontractors, fully burdened labor dollars, material costs, and other direct expenses. Notably, flexibility is granted for offerors to adjust CLINs and subcontractor inputs as needed. This thorough documentation ensures that NASA can evaluate price proposals comprehensively, reflecting a critical aspect of government contracting procedures and fiscal governance in projects.
    The document outlines the procedure for setting up a Box account for submitting proposals to NASA as part of its RFP process. Individuals responsible for proposal submission must create a Box account if they don’t have one. The process includes visiting the Box website, signing up for a free account, and verifying the email. Upon account creation, individuals must log in and confirm this with designated NASA RFP Points of Contact, providing their email and confirming US Person status. NASA will then create a collaboration folder for the individual to upload proposals, which must not be submitted via email. Users are advised to familiarize themselves with Box’s technical requirements and troubleshooting resources. Finally, any issues during account setup should be promptly reported to NASA contact points. This document ensures compliance with submission protocols for federal grants and RFPs, highlighting the importance of secure and organized submission processes.
    NASA has officially canceled the solicitation for the 10-Kilowatt Closed Brayton Cycle (CBC) Power Conversion System (PCS) Prototype for Fission Surface Power (RFP: 80GRC025R7013), effective August 7, 2025. This decision was made because NASA determined it was in their best interest not to make an award, opting instead to reexamine their requirements and acquisition strategy. Industry is encouraged to monitor SAM.gov for future opportunities from the Glenn Research Center. The cancellation notice, issued by Contracting Officer Linda M. Nabors, expresses appreciation for the interest shown in doing business with NASA.
    NASA's Glenn Research Center (GRC) is soliciting proposals (RFP #80GRC025R7013) for the design, build, and testing of a 10-Kilowatt Closed Brayton Cycle (CBC) Power Conversion System (PCS) Prototype for Fission Surface Power. The goal is to develop a new 10kW electrical CBC PCS to inform future space fission power systems for lunar and Martian environments, building on technology advancements since the 1970s. The scope includes designing, analyzing, building, testing, and delivering a CBC PCS unit, control electronics, and a working fluid management system. Key requirements include a turbine inlet temperature of 1100-1200 K, 10 ± 0.5 kW electrical power output, an inert gas working fluid, 10-year maintenance-free bearings, and at least 22% thermal-to-electric efficiency. Deliverables include a performance verification plan, operating instructions, manufacturing drawings, 3D CAD models, and comprehensive electronics documentation. The contract outlines payment procedures, capital asset acquisition rules, and various clauses related to export control, funds limitation, reporting, and safeguarding covered contractor information systems.
    NASA Glenn Research Center (GRC) issued Request for Proposal (RFP) No. 80GRC025R7013 for the design, manufacture, and testing of a 10-Kilowatt Closed Brayton Cycle (CBC) Power Conversion System (PCS) Prototype for Fission Surface Power. This is a full and open competition under NAICS code 541715, with a small business size standard of 1,000. The resulting Firm-Fixed Price contract will have a 19-month performance period, with an anticipated award and effective date of September 29, 2025. Proposals are due by 5:00 PM EDT on August 20, 2025, and must be submitted via NASA Box. Offerors require a CAGE code and must contact the Contracting Officer at least 7 days prior to the deadline to facilitate Box account setup. All questions must be submitted in writing by 5:00 PM EDT on July 31, 2025, to Linda M. Nabors and Hunter C. Butkovic.
    The NASA Glenn Research Center has issued RFP #80GRC025R7013 for the design, construction, and testing of a 10-kilowatt Closed Brayton Cycle (CBC) Power Conversion System (PCS) prototype suitable for use in lunar and Martian environments. This initiative aims to develop a modern power conversion system to meet anticipated future power demands for space missions involving nuclear electric propulsion. The Statement of Work outlines the project's objectives including: the design of a CBC system capable of producing 10 kW of electrical power, verification of operational parameters such as efficiency and thermal management, and ensuring a path for future spaceflight capability. Key requirements involve specific performance metrics, material specifications, and integration capabilities with testing facilities. Contractors are expected to submit proposals by August 20, 2025, while the entire project is scheduled for completion by the end of fiscal year 2025. Emphasis is placed on compliance with safety standards, performance verification, and design considerations that facilitate future use in space missions. This RFP represents a significant step toward advancing technologies required for sustained extraterrestrial power generation.
    NASA's Glenn Research Center issued a Request for Proposal (RFP) for the design, manufacture, and testing of a 10-Kilowatt Closed Brayton Cycle Power Conversion System (PCS) prototype aimed at informing spaceflight fission power systems. This competitive acquisition, designated Solicitation No. 80GRC025R7013, will be conducted as a full and open competition under NAICS code 541715, with a small business size standard of 1,000 employees. A firm-fixed price contract is anticipated, with a period of performance lasting 19 months, starting on September 29, 2025. Proposals must be submitted electronically via NASA Box by August 20, 2025, and inquiries should be directed to the designated contracting officers by July 31, 2025. All respondents must possess a matching CAGE code, and specific electronic submission guidelines must be adhered to assure proper processing. NASA emphasizes confidentiality and protection of sensitive data throughout the proposal process and clarifies that participation does not guarantee contract awards or compensation for proposal preparation.
    Similar Opportunities
    Fission Surface Power System - Technical Library
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Glenn Research Center is establishing a Technical Library for potential offerors interested in the Fission Surface Power (FSP) System Announcement for Partnership Proposals (AFPP). This initiative aims to advance fission surface power technology, which is crucial for supporting future lunar and Mars exploration missions, thereby energizing the space industrial base for a sustainable lunar economy. The Technical Library will be periodically updated with essential technical documents, and interested parties are responsible for monitoring the website for updates. For access to export-controlled content, requests must be submitted via the FSPS Export Control Request Form to the designated contacts, Matthew Evans and Linda Nabors, at their respective NASA email addresses. This notice is not a request for proposals, and no proposals should be submitted in response.
    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.
    Crown Power Amplifier
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a Crown Power Amplifier, specifically the HyperSpike TCPA model, as part of a procurement set aside for small businesses. This Brand Name requirement is critical for the Paging & Area Warning System (PAWS) at Kennedy Space Center, ensuring continued safety and weather paging capabilities at key locations where existing spares have been depleted. Interested vendors must submit their quotes by November 25, 2025, and address any contractual or technical questions by November 21, 2025, with all correspondence referencing Notice ID 80NSSC26915873Q. For further details, vendors can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    Notice of Opportunity (NOO) for ESPC at NASA Goddard Space Flight Center
    Buyer not available
    NASA's Goddard Space Flight Center is seeking expressions of interest for an Energy Savings Performance Contract (ESPC) project focused on a photovoltaic (PV) Energy Conservation Measure (ECM) at its facility in Greenbelt, Maryland. The selected Energy Service Company (ESCO) will be responsible for conducting an Investment Grade Audit (IGA) and must demonstrate how they will meet federal investment tax credit deadlines, with the potential for structuring the project as an Energy Sales Agreement (ESA). This initiative is critical for maximizing renewable energy generation, reducing electrical demand, and potentially integrating a Battery Energy Storage System for enhanced resiliency. Interested contractors must submit their proposals by October 14, 2025, and can direct inquiries to Sol Shin at sol.shin@nasa.gov or Ian Sherry at Ian.P.Sherry@nasa.gov.
    Energy Systems Integration Facility (ESIF) Fuel Cell
    Buyer not available
    The Department of Energy, through the National Renewable Energy Laboratory (NREL), is seeking proposals for a turn-key Proton Exchange Membrane (PEM) fuel cell system to replace and upgrade its existing 120 kW fuel cell capability at the Energy Systems Integration Facility (ESIF) in Colorado. The new system is expected to provide continuous power output between 200-250 kW, with the potential for future expansion up to 500 kW, and will support energy integration research by utilizing stored hydrogen and supplying power to the ESIF Research Electrical Distribution Bus. Interested vendors must submit their quotes by December 10, 2025, and ensure compliance with NREL's terms, including registration in the System for Award Management (SAM) and adherence to specific technical specifications outlined in the solicitation documents. For further inquiries, potential bidders can contact Janelle DiGregorio at Janelle.DiGregorio@nrel.gov.
    Launch Complex (LC) 39 Area Power Duct Bank Replacement
    Buyer not available
    NASA's Kennedy Space Center is seeking proposals for the Launch Complex (LC) 39 Area Power Duct Bank Replacement project, which involves the design and construction of a new duct bank system to replace the existing degraded infrastructure. The project aims to enhance the power distribution capabilities at LC-39, addressing deficiencies in the current system that has been in place since the 1960s, and is critical for supporting future operations and maintenance at the facility. This procurement will follow a two-phase design-build selection procedure, with a firm-fixed-price contract anticipated to be awarded by July 31, 2025, and proposals for Phase 1 due by December 16, 2025. Interested contractors should direct inquiries to Benjamin Crafton or Jacqueline Brooks via email, and are encouraged to review all solicitation documents available on www.SAM.gov for further details.
    Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the "Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment" project, aimed at enhancing biomass conversion and waste carbon utilization technologies. The project requires the design, fabrication, and commissioning of specialized process equipment, including a Hydroprocessor and a Distillation Column, with a production capacity of approximately one barrel per day, emphasizing operational flexibility and process safety. This initiative is critical for advancing renewable technologies for commercial deployment, with an estimated funding range of $750,000 to $3.5 million and a performance period extending through March 30, 2027. Interested parties must submit their proposals by 5:00 PM Mountain Time on December 17, 2025, and can direct inquiries to Todd Labosky at Todd.Labosky@nrel.gov.
    Presolicitation Notice for Upper Wide-Angle Viewing System (UWAVS) Instrumentation and Control (I&C) Subsystem
    Buyer not available
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is issuing a presolicitation notice for the Upper Wide-Angle Viewing System (UWAVS) Instrumentation and Control (I&C) Subsystem. This procurement aims to manufacture and test the I&C components and software for the UWAVS, which is critical for the ITER fusion energy project in France, focusing on the upper ports of the facility. The project will be executed in two phases, encompassing preparation and manufacturing, with strict adherence to quality assurance protocols and US export control laws. Interested suppliers are encouraged to review the draft procurement documentation and submit comments or questions to Khalif Stripling at kstripli@pppl.gov, referencing PPPL RFI26014KS in their correspondence. The formal Request for Proposals (RFPs) is expected to be issued by May 2026.
    462624 - Synopsis - Power Control & Regulating System for AGS Motor Generator Set (Cycloconverter)
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking qualified contractors to provide a Power Control and Regulating System (cycloconverter) for its Alternating Gradient Synchrotron (AGS) Motor Generator Set. This system is critical for managing the input power to a 9 MW motor that drives a 95 MVA generator, ensuring stable operation amidst the pulsating loads from AGS magnets. The procurement emphasizes the need for advanced technical performance, including precise control of motor rotor currents, robust safety features, and compatibility with existing infrastructure, with a focus on quality assurance and adherence to environmental standards. Interested vendors should note that the solicitation is expected to be issued in December 2025, with a contract award anticipated around April 2026. For further inquiries, contact Jeanhei Christy at jchristy@bnl.gov or call 631-344-6054.
    Presolicitation Notice for Upper Wide-Angle Viewing System (UWAVS) Ex-Vessel Subsystem
    Buyer not available
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is issuing a presolicitation notice for the Upper Wide Angle Viewing System (UWAVS) Ex-Vessel Subsystem, aimed at enhancing diagnostic capabilities for the ITER project. This procurement involves the manufacturing, inspection, testing, and delivery of critical components, including the Interspace Optics Tube, Bioshield Optics Labyrinth, and Back End Optics and Camera, which will provide real-time imaging of the ITER divertor region. The project is significant for advancing fusion energy research and is structured in two phases: preparation leading to a Manufacturing Readiness Review and subsequent manufacturing and testing phases. Interested suppliers are encouraged to review the draft procurement documentation and submit comments or questions to Khalif Stripling at kstripli@pppl.gov, referencing PPPL RFI26013KS UWAVS Ex-Vessel Subsystem. The formal Request for Proposals (RFPs) is expected to be released by May 2026.