Chamber Services - Pilot Studies
ID: 80NSSC881004QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Medical Laboratories (621511)

PSC

SPECIAL STUDIES/ANALYSIS- OTHER (B599)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) is seeking quotations for pilot chamber testing services as part of its research on decompression sickness (DCS) related to spaceflight. The procurement involves conducting pilot studies that include three test days, aimed at validating chamber facilities and testing teams, with a focus on enhancing data collection for DCS risk mitigation during space missions. This initiative is crucial for advancing aerospace medicine and ensuring safety in future space exploration efforts. Interested vendors must submit their quotes by September 19, 2024, referencing solicitation ID 80NSSC881004Q, and include their UEI and Cage code for active SAM.gov registration. For further inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Chamber Pilot Studies Plan outlines a testing initiative aimed at validating chamber testing facilities for NASA's decompression sickness (DCS) studies. The pilot is crucial for developing the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER). Facilities will conduct four test days, collecting data to enhance the understanding of DCS risk during spaceflight and inform future mission planning. Each test day will feature a structured protocol, including subject screening, a familiarization session, and a 12-hour simulation of prebreathe and extravehicular activity (EVA). Medical monitoring will be integral, ensuring subject safety and data accuracy. Key aspects include recruiting both male and female subjects, performing specific oxygen consumption tests, and monitoring vital statistics like heart rate and oxygen saturation. Data collection will involve recording symptoms, ultrasound imaging for detecting venous gas emboli, and comprehensive logging for NASA's analysis. This pilot study is essential for NASA's preparation for future space exploration missions and to assess the viability of non-NASA facilities in conducting critical research on hypobaric exposure risks. Ultimately, it aims to enhance astronaut safety and mission success through improved understanding of DCS.
    The Chamber Pilot Studies Plan outlines procedures for validating chamber facilities and testing teams in support of NASA's research on decompression sickness (DCS) related to spaceflight. The pilot tests will consist of three test days, including a practice session, aimed at enhancing data collection speed for developing models to mitigate DCS risks during space missions. Recruitment will include at least three participants, adhering to specific inclusion criteria to ensure a diverse subject demographic. Subjects will undergo familiarization, physical examinations, and rigorous testing simulating extravehicular activity (EVA) while medical monitoring occurs. The testing will involve a standardized protocol involving up to six hours of prebreathe and EVA simulation under controlled pressure conditions, with detailed monitoring of symptoms, heart rates, and other physiological metrics. Data will be systematically recorded and delivered to NASA for further analysis, underscoring compliance with rigorous scientific standards. Facilities will receive training on the requirements, and any participant-related medical issues will be managed appropriately. This initiative reflects NASA's commitment to progress in aerospace medicine and safety, ensuring effective risk management in future space exploration missions.
    The NASA Shared Services Center is issuing a Request for Quotation (RFQ 80NSSC881004Q) for Chamber Services, detailing submission instructions, evaluation criteria, and required representations. Quotes must be submitted by September 19, 2024, and must remain valid for 30 days. Offerors should provide contact details and register at SAM.gov, including necessary certifications for telecommunications equipment. The RFQ outlines the procurement's structure, with sections covering the Statement of Work, instructions, representations, and clauses. Full competition is encouraged, and the requirement for various compliance certifications is emphasized to facilitate the award process. Significant details include adherence to FAR clauses, the necessity for a Buy American certificate, and representations regarding ownership structure and tax compliance. The document serves to ensure transparency and integrity in the solicitation process, aiming for quality submissions from qualified vendors while adhering to federal contracting standards and regulations.
    The document outlines Request for Quotation (RFQ) 80NSSC881004Q from NASA for Chamber Services, detailing the procedure for potential offerors to submit quotes by August 23, 2024. Key sections include the Statement of Work, Instructions to Offerors, solicitation provisions, clauses, and quote evaluation criteria. It emphasizes that offers must be from small businesses registered in the System for Award Management (SAM) and includes required representations about telecommunication services, export compliance, and business operations, particularly regarding restricted activities involving countries like Iran and Sudan. Offerors must include contact details, adhere to contractual provisions regarding telecommunications equipment, and report on the origin and domestic status of end products under various regulations, including the Buy American Act. This solicitation reflects NASA's commitment to engaging small businesses while ensuring compliance with federal acquisition regulations, reinforcing transparency and accountability in the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Spare Netscanner modules for the Netscanner system installed at W7 Test Facility in NASA GRC.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking authorized resellers of TE Connectivity to provide spare Netscanner modules for the Netscanner system installed at the W7 Test Facility in Cleveland, Ohio. This procurement is a full and open competition, with specific requirements for the Intelligent Pressure Scanner (Model 9916), which includes precise accuracy, robust overpressure capabilities, and compatibility with existing systems. The procurement is critical for maintaining operational integrity and efficiency at NASA's research facilities, ensuring the availability of essential pressure measurement equipment. Quotes are due by September 20, 2024, and interested vendors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details.
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    Active
    National Aeronautics And Space Administration
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV under the Draft Request for Proposal (DRFP) 80GSFC24R0012. The procurement aims to secure a contractor to provide essential environmental testing and integration services, including structural testing, electromagnetic compatibility testing, and facility maintenance, critical for supporting NASA's space exploration missions. This contract, structured as a Cost-Plus-Award-Fee (CPAF) Indefinite Delivery Indefinite Quantity (IDIQ), has a minimum order value of $4 million and a maximum of $442 million, with a five-year performance period anticipated to begin in August 2025. Interested vendors must submit comments on the DRFP by September 18, 2024, and register for the Industry Day scheduled for September 16, 2024, by September 9, 2024. For inquiries, contact Eboni N. Washington at eboni.n.washington@nasa.gov.
    Safety and Mission Assurance Services (SMAS) II
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Safety and Mission Assurance Services II (SMAS II) contract at the George C. Marshall Space Flight Center. This contract aims to provide a wide range of safety and mission assurance services, including system safety, reliability, software assurance, and quality engineering, supporting various NASA facilities such as Kennedy Space Center and Michoud Assembly Facility. The anticipated contract, valued at up to $488 million, will be a small business set aside with a single-award indefinite-delivery, indefinite-quantity (IDIQ) structure, and is expected to have an eight-year performance period. Interested parties are encouraged to submit comments on the Draft Request for Proposal (DRFP) by October 4, 2024, with the final RFP expected to be released on or about November 22, 2024. For further inquiries, contact Maranda McCord at maranda.b.mccord@nasa.gov.
    FY24 Verint Annual Maintenance & Support Coverage Standard Plan
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide annual maintenance and support coverage for the Verint Media Recorder systems at the Kennedy Space Center. This procurement, designated as RFQ 80NSSC24883335Q, is critical for ensuring the operational integrity of audio recording systems used in radio and VoIP telephone communications, particularly during significant missions such as those related to the Artemis and International Space Station programs. The maintenance services are essential for compliance with operational standards and public safety needs, and the contract period is set from September 1, 2024, to April 30, 2025, with options for annual renewal. Interested parties must submit their quotes by September 19, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.
    NASA SSC LN2 Specification Change
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources regarding a specification change for Liquid Nitrogen (LN2) at the John C. Stennis Space Center (SSC) in Mississippi. The agency aims to transition from the current MIL-PRF-27401H Type II Grade B specification to the CGA G-10.1-2023 Grade L, and is soliciting capability statements from all interested parties, particularly small businesses and historically underrepresented institutions, to assess competition levels and subcontracting goals. Interested vendors are invited to submit documentation and responses to specific inquiries by October 9, 2024, at 3:00 PM CT, with all communications directed to James "Tre" Hamilton at james.l.hamilton@nasa.gov. This opportunity is part of NASA's ongoing efforts to enhance its operational capabilities and is not a commitment for future procurement.
    Procurement of Material used to fabricate parts for the NASA Electric Aircraft Testbed (NEAT) project.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking small businesses to procure materials necessary for the fabrication of parts for the NASA Electric Aircraft Testbed (NEAT) project. This procurement includes five sheets of 4130 annealed carbon steel plates and stainless steel tubing that must meet specific ASTM standards, along with required certificates of material conformance. The materials are critical for advancing NASA's initiatives in electric aviation technologies, reflecting the agency's commitment to innovation in aerospace. Quotes are due by September 24, 2024, and interested vendors should direct inquiries to Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
    FY24 HPE Maintenance Renewal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking bids for the FY24 HPE Maintenance Renewal, aimed at acquiring essential maintenance services for HPE hardware at the Langley Research Center (LaRC) in Hampton, Virginia. The procurement includes support for various components such as SGI Clusters, servers, power cords, and memory modules, with a performance period from August 1, 2024, to July 31, 2025. This initiative underscores NASA's commitment to maintaining its critical computing infrastructure, which is vital for its research capabilities. Interested vendors should reference RFQ number 80NSSC24878914Q in all correspondence and include their CAGE code in quotes, with inquiries directed to Brianna Faye at brianna.n.ladner@nasa.gov.
    32 Channel VibRunner Data Acquisition Upgrade
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 32 Channel VibRunner Data Acquisition Upgrade, a critical component for enhancing measurement and data acquisition systems at the NASA Langley Research Center. The procurement includes the acquisition of 24 channels of 820 VibRunner, additional hardware, software licenses, and calibration services to ensure compliance with federal standards. This upgrade is essential for maintaining high-quality research operations and operational efficiency in aerospace projects. Interested vendors must submit their quotes by September 20, 2024, and include the tracking number (80NSSC24883871Q) in their email correspondence to the primary contact, Shanna Patterson, at shanna.l.patterson@nasa.gov.
    One (1) Export Control Classifier to research and classify hardware, software, technology, information, and data for the SOFIA Project
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking a qualified contractor to provide one Export Control Classifier to assist in the classification of hardware, software, technology, information, and data for the Stratospheric Observatory for Infrared Astronomy (SOFIA) Project. The contractor will be responsible for ensuring compliance with export control laws during the project's closeout, which includes identifying and classifying materials for disposal in accordance with the Export Control Classification Number (ECCN). This procurement is critical for maintaining national security and regulatory compliance, emphasizing the importance of transparency and competition among contractors. Interested parties must submit their quotes by September 20, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.
    TI development interance and Zyngus evaluation board
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking quotations for the procurement of a TI development interface and Zyngus evaluation board, which are critical for testing advanced detection systems in astrophysics missions. This procurement is designated as a brand-name requirement and involves the delivery of specific evaluation boards, including two Xilinx ZCU-111 RFSoC Evaluation Boards and two Texas Instruments TSW14DL3200EVM DAC Evaluation Boards, to the Goddard Space Flight Center in Greenbelt, Maryland. The successful delivery of these items is essential for the effective development and deployment of Kinetic Inductance Detectors (KIDs) and Transition-Edge Sensor (TES) bolometers, reinforcing NASA's commitment to cutting-edge space research. Interested small businesses must submit their quotes by September 19, 2024, and are required to provide their Unique Entity Identifier (UEI) along with compliance with federal regulations; for further inquiries, they can contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or call 228-813-6067.