Pacific Shear & Hardinge Lathe Repair
ID: 80NSSC25903159QType: Special Notice
Overview

Buyer

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

NAICS

Machine Shops (332710)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure repair services for the Pacific Shear Model 500HD8 and Hardinge Lathe Model HLV-H at the Armstrong Flight Research Center in Edwards, California. The procurement involves a sole source contract with VETPOWERED, LLC, which will manage the repair tasks, including the design and installation of custom parts, hydraulic cylinder rebuilding, and overall maintenance of the machinery. This repair work is crucial for ensuring the operational efficiency of specialized industrial equipment, with a total timeline for completion set at 16 weeks post-award. Interested organizations must submit their capabilities and qualifications in writing to Tracy Bremer at tracy.g.bremer@nasa.gov by 4:00 p.m. Central Standard Time on May 15, 2025, to be considered for this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for the repair and maintenance of specific machinery for NASA's Armstrong Flight Research Center in Edwards, California. It specifies the tasks required for the Pacific Shear Model 500HD8 and Hardinge Lathe Model HLV-H, including the procurement and installation of replacement parts. The repair process is segmented over multiple days, with the contractor Vet Powered managing the tasks onsite and at their facility in San Diego. Key tasks include designing custom brackets for hydraulic cylinder removal, rebuilding hydraulic cylinders, and installing various replacement parts. The total timeline for parts and services is capped at 16 weeks post-award, with an emphasis on ensuring proper handling of the machinery, including required equipment like forklifts provided by NASA. The document underlines the importance of coordinating repair work effectively while ensuring that additional costs from unforeseen needs will be communicated to NASA prior to any further action. This proposal highlights government expenditure for essential maintenance and fulfills federal, state, and local requirements for industrial equipment upkeep.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    LaRC Abaqus Software Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    Instrument Recalibration
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking a qualified vendor to provide instrument recalibration services for its Terrestrial Laser Scanning (TLS) instrumentation, as outlined in a Combined Synopsis/Solicitation. The selected vendor will be responsible for performing a full recalibration, hardware and firmware maintenance, and an operational review, including firmware upgrades in accordance with Riegl USA recommendations. This service is crucial for maintaining the accuracy and reliability of NASA's biospheric research instruments, with the work expected to be completed and the instrument returned to NASA Goddard Space Center by December 31, 2025. Interested parties should contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov for further details.
    SNA Software LLC. Limited Source Justification
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    Notice of Sole Source Justification: Velo3D Sapphire Additive Manufacturing System 1-Year Lease
    Buyer not available
    NASA's Marshall Space Flight Center (MSFC) is seeking to award a sole source contract for a one-year lease of the Velo3D Sapphire Metal Additive Manufacturing (AM) System from Velo3D Inc. This procurement is critical for NASA's evaluation and certification of flight components for the Human Landing System (HLS) and Space Launch System (SLS) vehicles, as hands-on experience with this specific machine is necessary to ensure safety and compliance in manufacturing processes. The Velo3D Sapphire system is uniquely positioned to meet the high-risk evaluation needs identified by the NASA Engineering Safety Center (NESC), which is managing this project. Interested parties can direct inquiries to Yong Castillo at yong.h.castillo@nasa.gov or Sadie Moulton at sadie.m.moulton@nasa.gov for further details.
    Single Liquid Helium Pump Contract Extension
    Buyer not available
    NASA's Kennedy Space Center is seeking to extend the contract for a sole source Liquid Helium Pump, which is critical for supporting operations at the facility. This extension is justified under the Federal Acquisition Regulation 6.302-1, indicating that only one responsible source can fulfill the agency's requirements for this specialized equipment. The Liquid Helium Pump is essential for various aerospace applications, particularly in cryogenic environments. Interested parties can reach out to Brenda Teachworth at brenda.L.teachworth@nasa.gov or call 321-867-7449 for further details regarding this procurement opportunity.
    Shear Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the maintenance and repair of the AS 500-14 Shear Machine located at the Naval Construction Training Center in Gulfport, Mississippi. The contract entails critical maintenance tasks, including the replacement of cutting blades and a damaged clamp down cylinder, under a Firm Fixed Price Agreement with a service commencement timeline of 45 days post-award. This procurement is vital for ensuring the operational efficiency of military equipment, emphasizing the importance of quality and reliability in the services provided. Interested small businesses, particularly those that are veteran-owned or meet specific socio-economic classifications, should direct inquiries to Dylan Douglas at dylan.l.douglas.civ@us.navy.mil or Robert Edwards at robert.s.edwards42.civ@us.navy.mil, with past performance questionnaires due by December 12, 2024.
    49--DYNAMOMETER,RUN-IN, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of a DYNAMOMETER, RUN-IN, with the associated National Stock Number (NSN) 4920 01-582-5573. The procurement requires the contractor to perform comprehensive repairs, testing, and inspections to ensure the equipment is returned to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards outlined in the Statement of Work. This equipment is critical for aircraft maintenance and repair operations, underscoring its importance in supporting naval readiness and operational capabilities. Interested contractors should contact Andrew N. Phillips at 215-697-5047 or via email at ANDREW.N.PHILLIPS10.CIV@US.NAVY.MIL for further details, with the expectation of a repair turnaround time of 211 days after receipt of the asset.
    Machine Repair
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for machine repair services. This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements and relevant documentation, including their Cage Code and Unique Entity Identifier, by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    25--SPINDLE,WHEEL,DRIVI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a spindle for vehicular components, identified by NSN 7R-2530-123916447-SX. The procurement involves a quantity of six units, with delivery terms set as FOB Origin, and is intended to be negotiated with a single source under FAR 6.302-1. This contract is crucial for maintaining operational readiness of naval vehicles, ensuring that essential components are repaired and modified to meet military standards. Interested parties are encouraged to express their interest and capability within 45 days of this notice, and should contact Andrew N. Phillips at (215) 697-5047 or via email at ANDREW.N.PHILLIPS10.CIV@US.NAVY.MIL for further details.
    FMS Repair of PUMP HOUSING
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole-source procurement for the repair of a PUMP HOUSING (NSN: 1610-01-535-8762, P/N: 1006864-1) from HAMILTON SUNDSTRAND CORPORATION. This procurement, designated as FMS REPAIR under FMS CASE: FR-P-RAP, is critical for maintaining operational readiness and will be conducted under the terms of BOA N00383-22-G-Z901, with justification for sole-source based on the inability to satisfy agency requirements through other sources. The solicitation is expected to be issued on November 24, 2025, with a closing date of December 24, 2025, and interested parties may contact Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil or by phone at 215-697-1219 for further information.