3262033-0502 REGULATED CONNECTOR
ID: 80NSSC25894141QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the 3262033-0502 Regulated Connector, with the intention of issuing a sole source contract to Mission Systems Davenport, Inc. This procurement is critical for the NASA Armstrong Flight Research Center (AFRC) and involves specific compliance with quality standards and logistical requirements, including coordination for freight delivery to Edwards Air Force Base. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on February 5, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, interested parties may contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal requirement for sourcing two new conditioned regulated connectors, specifically designated as part number 3262033-0502, from a sole source: Mission Systems Davenport, Inc. Prior verification of multiple CAGE codes assigned to the vendor is needed before award. Compliance with the Quality Requirement Q-7 will be confirmed, with potential involvement from Product Quality Assurance (PQA). Delivery logistics must accommodate necessary freight coordination at least four business days in advance to ensure entry permission into Edwards Air Force Base, which may require an AFRC visitor request. Attachments to the specification include essential documents such as the Quality Document, various forms, and a justification for brand-name solicitation. This RFP emphasizes adherence to specific quality standards and logistical requirements, reflecting the broader governmental emphasis on secured procurement processes and contractor compliance in defense-related contracts.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    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.
    Comsol Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Comsol software licenses through a sole source contract with Comsol, Inc. The primary objective of this procurement is to secure updated license files and necessary features for a 12-month subscription, which is critical for the development, analysis, and simulation of processing systems, particularly those involved in instrument signal processing. This renewal is essential to avoid delays in time-sensitive projects that could affect their schedules within the current fiscal year. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 11:59 a.m. Eastern Standard Time on February 7, 2025, with the procurement being conducted under FAR Part 12 and FAR Part 13 guidelines. For further inquiries, interested parties can reach out to Kathi Thomas at katheryn.a.thomas@nasa.gov or Tiffany Neal at tiffany.neal@nasa.gov.
    The purpose of this contract is to provide specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft. The contractor shall address operational challenges, enhance control optimization, and facilitate integration ta
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft through a sole-source contract with KONGSBERG NANOAVIONICS US LLC. The contractor will be responsible for addressing operational challenges, enhancing control optimization, and facilitating integration tasks to ensure mission success during the spacecraft's de-orbiting process. This procurement is critical for maintaining technical continuity and efficiency, as the selected contractor's familiarity with the project is essential for mitigating risks associated with vendor transitions. Interested parties must submit their qualifications by 7 a.m. CST on February 5, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
    Inspection and repair of LaRC G-III engine
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure inspection and repair services for the LaRC G-III engine, specifically for the Spey engine (S/N 11189) installed in a Gulfstream GIII aircraft (N520NA). The selected vendor will be responsible for evaluating the engine following damage identified during a borescope inspection, which includes assisting with engine removal, transportation, and conducting inspections at their facility, ultimately leading to a repair plan that requires NASA's approval. This initiative is critical for maintaining aerospace research capabilities while ensuring compliance with safety and regulatory standards, as all work must adhere to applicable technical publications and FAA regulations. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 1:00 p.m. Central Standard Time on February 7, 2025, with the project timeline mandating completion by March 14, 2025.
    Advanced Spacesuit Regulator
    Buyer not available
    NASA's Johnson Space Center is seeking information from U.S. commercial entities for the development of non-commercial Advanced Spacesuit Regulators, which are critical for enabling Extra Vehicular Activities (EVAs) in Low Earth Orbit and lunar environments. The regulators must provide precise oxygen pressure control during various phases of EVA operations and be compatible with the existing Exploration Extravehicular Mobility Unit (xEMU) design, with specific requirements including a maximum assembly mass of 5.5 pounds and unpowered regulation capabilities for up to 60 minutes. This initiative is part of NASA's effort to engage industry stakeholders in the development of advanced technologies that meet high standards of functionality and safety. Interested parties must submit their capability statements, Rough Order of Magnitudes (ROM), and proposed timelines by 12:00 PM Central Standard Time on February 12, 2025, to the designated contacts, Frank D. Cunningham II and Patricia K. Parker, via email.
    SW - VA One
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure maintenance and technical support for its VA One licensing software through a sole-source contract with ESI North America, Inc. This procurement is essential to ensure the continuity of software patches, support, and upgrades necessary for critical projects, including the Space Launch System (SLS) and Gateway, which rely on the software for model validation. The contract is set to run from April 1, 2025, to March 31, 2026, and interested organizations are invited to submit their qualifications by 7 a.m. Central Standard Time on February 5, 2025. For further inquiries, potential bidders can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Lockmasters Locks: 9KW3 7 DEU 15D STK 626 RQE 12V.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking bids from qualified small businesses for the procurement of 20 Lockmasters Locks, specifically the model 9KW3 7 DEU 15D STK 626 RQE 12V. This procurement is critical for enhancing security operations at federal facilities, as the locks will be utilized by the Office of Protective Services at Langley Research Center. Interested vendors must submit their quotations by February 7, 2025, and ensure compliance with federal procurement guidelines, including providing a Cage Code, UEI number, and addressing any technical inquiries to the designated contact, Laura Quave, at laura.a.quave@nasa.gov or by phone at 228-813-6420. The contract will be awarded based on adherence to specifications and the overall value of the bids submitted.
    AiTech Return Authorization - Non-Warranty Repair
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the AiTech Return Authorization - Non-Warranty Repair, specifically targeting small businesses under a Total Small Business Set-Aside. The procurement involves the acquisition of seven Ethernet switches required by the Boeing Company for use at NASA's Johnson Space Center in Houston, Texas, with a performance period of 16 to 18 weeks after receipt of order. This initiative underscores the importance of compliance with federal regulations while fostering small business participation in the aerospace sector. Interested parties must submit their quotes by February 5, 2025, and can reach out to Cara Craft at cara.s.craft@nasa.gov for further inquiries.
    RF Lambda Wide Band Solid State Power Amplifier
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a RF-Lambda Wide Band Solid State Power Amplifier, specifically the REMX08G11GE model, through a total small business set-aside contract. This amplifier is required to transmit signals at a minimum frequency of 10 GHz, with a small signal gain greater than 55 dB, and must be delivered to NASA's Glenn Research Center in Cleveland, Ohio, within a 16-week timeframe. The procurement is critical for upcoming testing that necessitates over 300 Watts of power, emphasizing the unique technical specifications of the RF-Lambda product that other vendors cannot meet. Interested authorized distributors must submit their offers, including a Letter of Authorization, by February 10, 2025, and direct any technical inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov by February 6, 2025.