Wide masks and hardshells to support decompression sickness testing.
ID: 80NSSC26920177QType: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure wide masks and hardshells to support decompression sickness testing, with the intention of awarding a sole source contract to ECI Defense Group, Inc., the sole provider of these specialized items. The procurement will be managed by NASA's Shared Services Center and will take place at the NASA Johnson Space Center in Houston, Texas. These items are critical for ensuring the safety and effectiveness of testing protocols related to decompression sickness, which is vital for astronaut health and mission success. Interested organizations may submit their capabilities by 1 p.m. CST on December 5, 2025, to Cara Craft at cara.s.craft@nasa.gov for consideration, although the decision to pursue a competitive basis remains at the government's discretion.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines requirements for a Statement of Work involving Wide Masks and Hardshells, specifying quantities for testing. Crucially, it mandates the inclusion of two key clauses concerning Artificial Intelligence (AI) in all contracts and orders. The first clause,
    NASA/NSSC intends to award a sole source contract to ECI DEFENSE GROUP, INC. for wide masks and hardshells essential for decompression sickness testing. This procurement, operating under FAR Part 12 and 13, is justified by ECI DEFENSE GROUP, INC. being the sole provider of these specialized items. The effort will be managed by NASA/NSSC with performance at NASA/Johnson Space Center. The NAICS code is 334516. Interested organizations may submit capabilities by 1 p.m. CST on December 5, 2025, to Cara Craft at Cara.s.craft@nasa.gov for consideration, though the decision to pursue a competitive basis remains at the government's discretion. Oral communications are not accepted. NASA Clause 1852.215-84, Ombudsman, is applicable, with ombudsman information available online.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Chamber Services for decompression sickness testing of exercise countermeasures
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to exercise countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920179Q. The procurement aims to support NASA's Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER) project, which investigates the effects of exercise on decompression sickness risk during space missions. This specialized service is critical for ensuring astronaut safety and performance during extravehicular activities (EVA). Quotes are due by December 8, 2025, at 7 a.m. CT, and interested vendors must submit their proposals to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in the email subject. Additionally, vendors must be registered at sam.gov and comply with specific telecommunications provisions to be eligible for award consideration.
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotes for Chamber Services to conduct decompression sickness testing of CO2 countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920246Q. The procurement involves providing hypobaric chamber services to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which aims to assess decompression sickness risk during simulated Extravehicular Activities (EVAs). This initiative is critical for ensuring astronaut safety and optimizing prebreathe strategies in space missions. Interested small businesses must submit their quotes by December 8, 2025, at 7 a.m. CT to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in their email subject. Payments will not be made by credit card, and the total firm-fixed price is to be determined.
    Purchase an extrusion system that will be used to develop regolith composites
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of an extrusion system designed for the development of regolith composites. This system must include essential components such as a material hopper, filament cooling path, spool winder, and a hardened screw capable of processing thermoplastic and abrasive regolith materials. The procurement is set aside for small businesses, emphasizing the importance of this technology for NASA's research and development initiatives. Quotes are due by December 9, 2025, at 3:00 p.m. CT, and must be submitted to Laura Quave at laura.a.quave@nasa.gov, with technical questions due by December 5, 2025. Interested vendors must be registered on SAM.gov and adhere to specific provisions outlined in the RFQ and Statement of Work.
    Custom mid-infrared lenses for laser beam expander
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure custom mid-infrared lenses for a laser beam expander, with the intention of issuing a sole source contract to Vertex Optics, Inc. The procurement requires the contractor to supply three specific types of lenses: Lightpath BD6 chalcogenide glass lenses and Cleartran Zinc Sulfide lenses, each with detailed specifications outlined in the associated Statement of Work. This equipment is critical for NASA's operations at the Goddard Space Flight Center, and the period of performance for the project is set at 16 weeks after receipt of order. Interested organizations must submit their capabilities and qualifications to Cody Guidry by 3:00 p.m. Central Standard Time on December 8, 2025, to be considered for this procurement.
    FY26 Wave6 Renewal
    Buyer not available
    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.
    Safety and Mission Assurance Services (SMAS)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    Buyer not available
    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.
    1377 - NASA T-38N
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of explosive items under the title "1377 - NASA T-38N." This procurement is restricted to PacSci, CA, and includes a limited drawing package, with specific requirements for a Safety Survey due to the nature of the items being explosive. The goods are critical for military applications, particularly in the context of cartridge and propellant actuated devices and components, which play a vital role in various defense systems. Interested parties should direct inquiries to Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil, as paper copies of the solicitation will not be provided, and compliance with safety and marking regulations is mandatory.
    Communique Licenses Renewal and Associated Services
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    TTTech Switch Lab Space Switches
    Buyer not available
    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.