NbTES bolometer installation
ID: 80NSSC2599785Type: Presolicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

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

    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking a contractor for the installation of a NbTES bolometer, aimed at upgrading an existing bolometric detector system to enhance its capabilities. The project involves adding a second detector that operates at frequencies up to 10 THz, which is critical for advancing NASA's research and operational capabilities in high-frequency detection. The work will be performed at the vendor's facility, with a warranty period of two years from the date of receipt, and the procurement is set aside for small businesses under FAR 19.5. Interested organizations must submit their qualifications to Dorothy Baskin at dorothy.s.baskin@nasa.gov by 11:59 a.m. Central Standard Time on April 29, 2025, to be considered for this sole source contract.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Enriched B4C Shielding Discs
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Enriched B4C Shielding Discs, which are critical components for various aerospace applications. The procurement requires the supply of four hot-pressed boron-enriched boron carbide discs, with specific parameters including a 10-boron enrichment of greater than 96 at.%, a diameter of 3 inches (+/-0.050 in.), and a thickness between 0.008-0.015 inches, alongside a minimum density of 2.25 g/cc. The selected contractor, MILLENNITEK, LLC, will be responsible for delivering these specialized discs within six months of the award, and the procurement will adhere to FAR Part 12 and FAR Part 13 regulations. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on December 19, 2025, to be considered for this sole source contract.
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    Establishment of Data Pipeline via Global Network of Meteor Radars
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to establish a data pipeline through a global network of meteor radars, specifically requiring the recovery, standardization, and operationalization of meteor radar data streams from six international SKiYMET sites located in Brazil, Australia, and Indonesia. The contractor will be responsible for restoring operations at these sites, configuring them to produce WMO-compliant BUFR products for distribution via the NCEP Global Telecommunication System (GTS), and ensuring the establishment of reliable data pipelines over a performance period extending to September 30, 2027, with potential for extension. This procurement is critical for supporting upper-atmospheric research and space-weather forecasting, and interested organizations must submit their capabilities and qualifications to the designated contacts by 2:30 p.m. Central Standard Time on December 18, 2025, to be considered for this sole source contract with ARGON CONCEPTUAL SYSTEMS, LLC. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov.
    TTTech Switch Lab Space Switches
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.
    Combined Sources Sought/Notice of Intent to Sole Source: Sub-THz VNA Extenders and Amplifier
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to noncompetitively acquire Sub-THz VNA extenders and a high-power amplifier to support its CHIPS program focused on high-frequency transistor characterization. The procurement includes specific requirements for WR6.5, WR5.1, and WR3.4 VNA waveguide extenders, as well as a D-band waveguide amplifier, all of which are critical for developing a unique microelectronic measurement setup essential for semiconductor testing. This equipment is vital for enhancing measurement capabilities and accelerating the development of next-generation microelectronic devices. Interested vendors must respond by December 23, 2025, with their capabilities and relevant information to the primary contact, Cielo Ibarra, at cielo.ibarra@nist.gov.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    Nab Experiment Beam Monitor
    Energy, Department Of
    The Department of Energy, specifically the Oak Ridge National Laboratory (ORNL), is seeking proposals for a Nab Experiment Beam Monitor, specifically a Full I-BM-100 beam monitor detection system from CDT CASCADE Detector Technologies GmbH or domestic equivalents. This procurement is critical for the Physics Division at ORNL, as the beam monitor is essential for conducting experiments that require precise measurement and control of particle beams. Interested vendors must submit their quotations by December 19, 2025, at 2:00 PM EST, with the award based on the lowest priced, technically acceptable offer. For further inquiries, Scott Scarbrough can be contacted via email at scarbroughws@ornl.gov.
    TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Enhanced Software Suite Maximizes Non-Destructive Evaluation (NDE) Methods (MSC-TOPS-34)
    National Aeronautics And Space Administration
    NASA's Technology Transfer Program is seeking inquiries from companies interested in obtaining licensing rights for an Enhanced Software Suite designed to maximize Non-Destructive Evaluation (NDE) methods, specifically the Flash Thermography NDE Technology Suite. This suite, developed by researchers at NASA Johnson Space Center, offers advanced techniques for post-processing flash infrared thermography data, enhancing the detection and characterization of anomalies in composite and metallic structures, thus improving operator accuracy and efficiency. The technology is crucial for various applications in structural assessments, and interested parties can submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) at https://technology.nasa.gov/patent/MSC-TOPS-34. Please note that NASA provides no funding in conjunction with these licenses, and inquiries can be directed to Agency-Patent-Licensing@mail.nasa.gov for further information.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.