Mobile Shelter Structure for Lunar Lander
ID: 80LARC891866QType: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA LANGLEY RESEARCH CENTERHAMPTON, VA, 23681, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

MISCELLANEOUS PREFABRICATED STRUCTURES (5450)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    NASA's Langley Research Center is seeking proposals for the procurement of a Mobile Shelter Structure (MSS) designed to protect a Boilerplate Lunar Lander (BLL) during testing at its Landing and Impact Research Facility in Hampton, Virginia. The MSS must be capable of withstanding environmental conditions, including winds up to 65 mph and snow loads of 10 pounds per square foot, while providing adequate clearance and access for the BLL. This project is critical for NASA's Moon Landing Test Project, ensuring the safety and integrity of the lunar lander during testing phases. Interested small businesses must submit their quotations by March 5, 2025, and can direct inquiries to Michael Devine at michael.p.devine@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Langley Research Center (LaRC) is seeking a Contractor for the procurement of a Mobile Shelter Structure (MSS) as part of its Moon Landing Test Project. The MSS will be used to protect a Boilerplate Lunar Lander (BLL) from environmental conditions while stationed at LaRC's Landing and Impact Research Facility. The project encompasses the design, engineering, manufacture, delivery, and assembly of the shelter, which must be mobile and able to anchor at three designated points on the facility's concrete pad. Key requirements stipulate that the MSS must be robust enough to withstand outdoor elements, including winds of up to 65 mph, and snow loads of 10 pounds per square foot. It must feature an interior that provides a minimum clearance around the BLL and be equipped with large bay doors for access. The procurement must also include an anchoring system designed for long-term operational use with minimal maintenance. Deliverables include detailed design calculations, a structural load report, assembly and commissioning of the MSS, and a Safety and Health Plan. The project is scheduled for completion by June 2025, ensuring compliance with safety standards and environmental regulations. This RFP highlights NASA's commitment to advancing aerospace research while ensuring safety and efficiency in project execution.
    The document outlines the federal regulations and clauses applicable to contracts under the NASA Langley Research Center (LaRC), specifically referencing the Federal Acquisition Regulation (FAR) and NASA FAR Supplement clauses. Key clauses focus on subcontractor restrictions, contractor personnel verification, equal employment opportunities, anti-trafficking measures, environmental management, safety protocols, and security requirements concerning foreign nationals and lawful permanent residents. The structure of the document includes sections detailing clauses by reference, payment procedures, security access protocols, delivery requirements, and employee participation in safety events. It emphasizes contractor compliance with federal and NASA-specific regulations, ensuring adherence to workplace standards, safety, and environmental management practices. Overall, the primary purpose is to ensure that contractors understand their responsibilities when engaging with NASA, focusing on specificity, security, environmental stewardship, and adherence to federal laws in executing contracts.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically Wage Determination No. 2015-4341. It emphasizes minimum wage rates applicable to contracts awarded after January 30, 2022, which must meet or exceed $17.75 per hour. For contracts issued between January 1, 2015, and January 29, 2022, the rate remains at $13.30 per hour unless otherwise stated. The wage determination also lists various occupations, their respective wage rates, and fringe benefits such as health and welfare, vacation, and holidays, specifying required compensation for numerous job categories in North Carolina and Virginia. The document serves as a compliance guide for contractors engaging in federal contracts to ensure they adhere to established wage and benefit standards. Additionally, it includes regulations concerning paid sick leave and uniform allowances, as well as specific processes for conforming new job classifications and wage rates. This summary helps place the SCA’s wage structure within the context of federal contracts and grants, illustrating the government’s efforts to provide fair compensation in public services.
    The Site Specific Safety Plan, prepared for NASA Contract XXXX, outlines safety protocols, responsibilities, and training measures for construction activities. It emphasizes a safety-first approach with a commitment to preventing accidents and ensuring compliance with federal, state, and local regulations. The document delineates roles for the Safety Manager, Project Manager, Construction Manager, and foremen in maintaining a safe working environment. It includes stringent training requirements for new hires and ongoing safety education sessions for all employees, alongside specific measures for hazard communication, incident reporting, and medical support. The plan mandates detailed Job Hazard Analyses (JHAs) for each construction phase to identify and mitigate risks actively. Additionally, it establishes guidelines for personal protective equipment, emergency responses, and protocols for subcontractors to ensure a coordinated effort in maintaining safety standards. The plan's overarching goal is a zero-incident work environment, which is crucial for fulfilling NASA's safety requirements while executing construction projects. This comprehensive safety framework reflects the organization's commitment to workplace safety in line with government standards for federal contracting.
    The document outlines the instructions for offerors attending a site visit at NASA's Langley Research Center Gantry Facility (Building 1297). It specifies access requirements, including valid identification for U.S. citizens and lawful permanent residents. Vehicle inspections are mandatory, and violations can lead to immediate removal from the premises. Visitors must adhere to strict regulations, including prohibitions on handheld communication devices while driving and restrictions on photography. The Enterprise Visitor Access Management System (EVAMS) is used for visitor registration, requiring prior approval by a NASA civil servant. The check-in process can be done via self-service kiosks or in person with staff assistance, while badges must be returned upon departure. The document serves to ensure safety and security during the site visit, reflecting NASA's regulatory compliance and access management protocols as part of federal engagement processes that often accompany RFPs and grant proposals.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Lunar Freezer System
    Buyer not available
    NASA's Johnson Space Center is issuing a Request for Proposal (RFP) for the Lunar Freezer System (LFS), aimed at developing a specialized refrigeration system for lunar operations to safely return temperature-sensitive scientific samples from the Moon and Gateway Space Station. The procurement encompasses the design, development, manufacturing, testing, and engineering support of the LFS, which must integrate with various launch vehicles and the Orion Crew Module for Earth return. This initiative is critical for advancing lunar exploration and ensuring the preservation of biological samples in the unique conditions of the lunar environment. Proposals are due by March 6, 2025, with a Pre-Proposal Conference scheduled for February 11, 2025. Interested parties should direct inquiries to Jonathan Anzures at jonathan.anzures@nasa.gov or Linda Benitez at linda.b.benitezrivera@nasa.gov.
    Marshall Exploration Facility (MEF)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Design Build Request for Proposal (RFP) for the Marshall Exploration Facility (MEF) at the Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The project aims to create a flexible and collaborative environment that accommodates various office and event spaces, enhancing the appeal and functionality of the MSFC campus, with an estimated project cost of $45 million. This initiative is crucial for providing a robust space for NASA and MSFC communities to gather, work, and collaborate, with the facility designed to support future program and technology changes. Interested contractors must demonstrate qualifications through previous similar projects and possess a bonding capacity of $55 million, with responses due by February 17, 2025, and the anticipated start of construction targeted for Q4 2026. For inquiries, contact Darlene Greene at darlene.greene@nasa.gov or Stephanie Darnell at stephanie.darnell@nasa.gov.
    TECHNOLOGY TRANSFER OPPORTUNITY: Multilayered Fire Protection System (LAR-TOPS-212)
    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 a Multilayered Fire Protection System. This flexible, lightweight, and portable thermal protection system is designed to handle external temperatures of up to 2000 degrees Fahrenheit. It can be used as a sleeping bag, tent, blanket, vertical barrier, curtain, flexible rollup doorway, or wrap. The system utilizes technology from the space craft flexible heat shield and includes an outer textile layer, an insulated layer, and a non-porous film layer. 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.
    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.
    TECHNOLOGY TRANSFER OPPORTUNITY: Wind Event Warning System (LAR-TOPS-229)
    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 a wind event warning system technology developed by NASA Langley Research Center. The Wind Event Warning System (WEWS) is a high-energy Doppler LIDAR sensor that provides a practical early warning system for severe changes in the wind vector. It can detect events such as gusts, shear, microbursts, or thunderstorm outflows, allowing for timely prevention of damage to wind turbines or aircraft. Additionally, it can help regulate power draw in the electrical grid by ramping up or down an alternative power source as needed. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS) by visiting the provided link. For more information and inquiries, please contact NASA's Technology Transfer Program via email at Agency-Patent-Licensing@mail.nasa.gov. This opportunity aims to promote public awareness of NASA-developed technology products and conduct preliminary market research for potential future licensing opportunities. No follow-on procurement is expected from responses to this notice.
    TECHNOLOGY TRANSFER OPPORTUNITY: Portable Science Enclosure Features Unique Innovations (MSC-TOPS-126)
    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 a portable science enclosure system for science experiments conducted aboard the International Space Station (ISS). This technology allows users to safely manipulate objects of study within a transparent enclosure and can support experiments requiring Biosafety Level 2 containment. The enclosure features innovative protective boundary layer designs that may be transferable to other containment systems. It has a compact, low-profile, rectangular design that is easily stowed and transported. The enclosure system, glove seal, and through-port are available for patent licensing. 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.
    E450AJ JLG lift with non marking tires and AGM 305AH batteries
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking to procure an E450AJ JLG lift equipped with non-marking tires and AGM 305AH batteries, as outlined in their Request for Quotation (RFQ). The procurement is set aside for small businesses, and interested offerors are required to submit their bids by February 11, 2025, including essential details such as CAGE Code, lead time for delivery, and pricing. This lift is crucial for maintaining operational efficiency and safety in NASA's facilities, emphasizing the agency's commitment to engaging small businesses in federal contracting opportunities. For further inquiries, interested parties can contact Cara Craft at cara.s.craft@nasa.gov.
    (Two) High Sensitivity Fast Overhauser Magnetometer Base Stations w/GPS Option A Kit
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is soliciting quotes for two High Sensitivity Fast Overhauser Magnetometer Base Stations, with an optional GPS kit, under Request for Quotation (RFQ) 80NSSC25893588Q. The procurement aims to acquire GSM-19FB v9.0 magnetometers, which are essential for precise magnetic field calibration at the Magnetic Calibration Facility, ensuring compliance with industry standards. These precision instruments must meet stringent technical specifications, including a sensitivity of better than 0.02 nT and rugged construction for environmental durability. Interested small businesses must submit their quotes to Kacey Hickman via email by February 6, 2025, ensuring validity for 30 days, and comply with various federal regulations and certifications.
    TECHNOLOGY TRANSFER OPPORTUNITY: Lunar Surface Manipulation System (LAR-TOPS-73)
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking development partners and potential licensees for the Lunar Surface Manipulation System (LSMS). The LSMS is a versatile lifting and precision positioning device designed for operations on the lunar surface. It allows for fine positioning with complete control over both translation and rotation of the payload. The LSMS can perform multiple functions such as unloading components from a lander, transporting components to an operational site, and supporting service and replacement during component life. NASA is soliciting inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market this technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. 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 to result from responses to this Notice.
    Facilities And Operations Maintenance Support Services II (FOMSS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The contract aims to deliver comprehensive operations, maintenance, and repair services for a diverse campus comprising approximately 344 structures, including complex aerospace facilities and environmental management tasks related to hazardous waste. This competitive acquisition is designated as an 8(a) set-aside, with a total estimated value of $110 million over a five-year period, including a 45-day phase-in and multiple option years. Interested parties must submit their comments on the Draft Request for Proposal (DRFP) by August 29, 2024, and proposals are anticipated to be due by October 11, 2024. For further inquiries, contact Noeleen Laughlin at noeleen.laughlin@nasa.gov or Joseph R. Tynes at joseph.r.tynes@nasa.gov.