NSI-NSD Reprocurement
ID: 80JSC025RNSNDType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA JOHNSON SPACE CENTERHOUSTON, TX, 77058, USA

NAICS

Explosives Manufacturing (325920)

PSC

PYROTECHNICS (1370)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 10:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) intends to award a sole source contract for the procurement and modification of pyrotechnic devices to Chemring Energetic Devices (CED), the only qualified vendor for these critical components. The devices in question include the NASA Standard Initiator-1 (NSI-1), NASA Standard Initiator-3A (NSI-3A), and NASA Standard Detonator (NSD), which are essential for various Agency-wide projects and programs, ensuring safety and performance standards are met for NASA missions. Interested parties may submit capability statements to the primary contact, Kyle Thacker, or the secondary contact, Stephen Noethen, by 5:00 P.M. Central Standard Time on April 8, 2025, with the subject line indicating the notice of intent. The NAICS code for this opportunity is 325920, with a size standard of 750 employees.

Point(s) of Contact
Files
Title
Posted
Mar 25, 2025, 10:06 PM UTC
This Statement of Work (SOW) outlines the requirements for the manufacture and modification of three NASA devices: the Standard Initiators (Type 1 and Type 3A) and the Standard Detonator. The primary goal is to ensure these critical devices meet safety and performance standards essential for various NASA missions. The SOW specifies the scope, applicable documents, design and performance requirements, manufacturing processes, and reporting obligations. Key highlights include: - Manufacturing is strictly regulated, with the only qualified vendor being Chemring Energetic Devices. - Production lots must contain specific equipment and processes such as weld washers and staking, along with stringent quality assurance protocols. - Acceptance and certification panels are mandated to review adherence to specifications, with milestone-based payments contingent on successful reviews and testing. - Safety and quality assurance measures are integrated throughout the manufacturing process, ensuring compliance with federal and NASA-specific protocols. Overall, the document emphasizes the criticality of device reliability in missions potentially leading to loss of life or mission failure. Compliance, quality, and safety remain paramount to the manufacturing and delivery of these critical systems necessary for NASA's various programs and explorations.
Lifecycle
Title
Type
NSI-NSD Reprocurement
Currently viewing
Special Notice
Similar Opportunities
Plug25 Plug Sleeve Hardware
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the Plug25 Plug Sleeve Hardware, a procurement specifically set aside for small businesses. The project requires components made from either 300 series Stainless Steel Alloy or Inconel 718, with a focus on machining, assembly, and non-destructive testing to meet NASA's stringent quality standards. Deliverables must be received at the NASA Glenn Research Center within 4-10 weeks post-order acknowledgment, and all quotes are due by April 17, 2025. Interested vendors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details and to ensure compliance with federal acquisition regulations.
INITIATOR,CARTRIDGE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of initiator cartridges, classified under the NAICS code 325920 for Explosives Manufacturing. The contract aims to acquire cartridge and propellant actuated devices and components, which are critical for various defense applications. Interested vendors should note that all contractual documents will be considered issued upon transmission via mail, facsimile, or electronic methods, and early deliveries are accepted. For further inquiries, potential bidders can contact Christina M. Foley at 215-697-0484 or via email at christina.m.foley5.civ@us.navy.mil.
GEN3iA data acquisition system
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a GEN3iA data acquisition system through a sole source contract with Hottinger Bruel & Kjaer Inc., identified as the only supplier capable of fulfilling this requirement. The contractor will be responsible for delivering one unit of the system, which is critical for measuring and testing electrical signals, with a warranty covering defects for 24 months post-delivery. The project is expected to be completed within one year, with the final shipping destination at NASA's Lyndon B. Johnson Space Center in Houston, Texas. Interested organizations are invited to submit their capabilities and qualifications by April 16, 2025, to Cara Craft at cara.s.craft@nasa.gov, to assist in determining the potential for competitive procurement.
MNX-353
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure MNX-353 on a sole-source basis from Northrop Grumman Systems Corporation. This procurement involves one lot of MNX-353, which is critical for defense applications, and Northrop Grumman is the sole developer and distributor of this material. Interested firms that believe they can meet the requirement are invited to submit a capability statement to the primary contact, Yvonne Stockwell, at yvonne.c.stockwell.civ@us.navy.mil, within five days of this notice's publication. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.
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.
FD2020-23-50006
Buyer not available
Special Notice: DEPT OF DEFENSE is seeking CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS. The service/item being procured includes NSN: 1377-01-220-3746 AND 1377-01-167-6221 P/N:L325C2011 NOUN: INITIATOR,PROPELLAN. These devices and components are typically used for initiating and propelling cartridges.
FD2020-21-50128-01
Buyer not available
Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is seeking a procurement of initiators, cartridge and propellant actuated devices and components. The service/item being procured, NSN:1377-01-203-8651ES,1377-01-355-0088ES NOUN:INITIATOR, CARTRIDGE PART :68-710078-101, is typically used for initiating cartridge and propellant actuated devices.
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.
FD2020-22-50078-00
Buyer not available
Special Notice: DEPT OF DEFENSE is procuring CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS. The items being procured include initiators for propellants. These initiators are typically used to activate or ignite propellants in various applications. The procurement includes multiple items with different part numbers.
Notice of Intent to Award a Sole Source for Aerial Ignition devices
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the procurement of 120 boxes of Plastic Spheres for Aerial Ignition to Helifire, LLC dba Field Support Services. This procurement is necessary as the agency requires unique and highly specialized supplies that only one responsible source can provide, in accordance with Simplified Acquisition Procedures under FAR Part 13.106-1(b). The Aerial Ignition devices are critical for fire management operations within the Apalachicola National Forest, ensuring effective and safe fire control measures. Interested parties may express their capability to meet this requirement by April 28, 2025, at 5:00 PM (EST), and should direct inquiries to Melody Flores at melody.flores@usda.gov or by phone at 606-371-5634.