Cold Stowage: the maintenance, sustaining, integration and operations for a suite of refrigerator/freezers to support International Space Station (ISS) objectives involving temperature-controlled science.
ID: REMIS2-TO-006Type: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA JOHNSON SPACE CENTERHOUSTON, TX, 77058, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SPACE R&D SERVICES; SPACE FLIGHT, RESEARCH AND SUPPORTING ACTIVITIES; EXPERIMENTAL DEVELOPMENT (AR13)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 10:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) is seeking to procure maintenance, sustaining, integration, and operational support for cold stowage systems aboard the International Space Station (ISS). The primary objective is to provide flight-ready hardware that meets the ISS Program’s utilization requirements, including the sustaining of existing cold stowage hardware and supporting real-time operations on the ISS. This procurement is critical for ensuring the proper temperature-controlled environment for scientific samples, which is essential for ongoing research and experiments conducted in space. Interested organizations must submit their capabilities and qualifications to Veronica Wedemeyer via email by 5:00 P.M. Central Daylight Time on April 4, 2025, as the government intends to evaluate submissions to determine if a competitive acquisition process will be pursued.

Point(s) of Contact
Files
No associated files provided.
Similar Opportunities
Saratech Maintenance Renewal FY25
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
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.
NASA Environmental and Medical Contract (NEMCON) IDIQ Ceiling Increase
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to increase the indefinite-delivery indefinite-quantity (IDIQ) ceiling for the NASA Environmental and Medical Contract (NEMCON) to better meet its operational needs. This modification will involve a sole-source acquisition from HSG, LLC, due to their specialized capabilities in environmental and medical services that are critical for NASA's space and aeronautical missions. The increase in the IDIQ ceiling is necessary to accommodate rising demands and ensure the continuity of essential services, following a comprehensive evaluation of the contractor's past performance and technical proficiency. Interested organizations are invited to submit their capabilities and qualifications to Contracting Officer Anthony Islas via email by 3:30 PM Eastern Time on April 15, 2025, for consideration in this procurement process.
VA One Software Maintenance & Support/Lease.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to renew its software maintenance and support lease for the VA-One software package, which is critical for various flight projects at the Goddard Space Flight Center (GSFC). The procurement involves a sole source contract with ESI North America Inc., the only vendor capable of providing the necessary licensing, technical enhancements, and support for the VA-One acoustic analysis software. Timely renewal of the software licenses is essential to prevent potential delays in project timelines and ensure uninterrupted operations within the agency. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 12:00 p.m. Eastern Standard Time on April 14, 2025, to be considered for this procurement.
FY25 KSC Pointwise Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the acquisition of Pointwise Fidelity software from Cadence Design Systems, Inc., as part of the FY25 KSC Pointwise Renewal project. This procurement involves acquiring two units of the software, which is essential for NASA's operations at the Kennedy Space Center in Florida, with a contract performance period from July 1, 2025, to June 30, 2026. The RFQ emphasizes the importance of open competition and compliance with federal regulations, ensuring that all offerors are registered in the System for Award Management (SAM) and adhere to various legal provisions. Interested parties must submit their quotations by April 14, 2025, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
Development of Technology Mission Spacecraft Bus
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the development of a cost-effective technology demonstration mission spacecraft bus, with the goal of enabling the operation of multiple integrated technologies to collect performance data. The spacecraft is expected to launch between 2030 and 2032, with a mission duration of 8 to 12 months, and will require capabilities such as a 500 km sun-synchronous orbit, a payload capacity of approximately 1000 kg, and advanced communication and power generation systems. Interested parties must submit a capability statement by April 30, 2025, to Kathy Cooper at kathy.cooper@nasa.gov, and R. Jeremy Kenny at robert.j.kenny@nasa.gov, detailing their qualifications and ability to meet the specified requirements.
THERMAL ANALYSIS ENGINEERING SERVICES
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for Thermal Analysis Engineering Services through the Jet Propulsion Laboratory (JPL), specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to acquire specialized thermal analysis support for spacecraft, including tasks such as detailed thermal analyses, finite element model updates, and compliance assessments for temperature limits during missions. This opportunity is critical for ensuring that spacecraft meet stringent thermal requirements, particularly for upcoming missions, including those involving Mars landings. Proposals are due by April 23, 2025, with preliminary past performance documentation requested by April 12, 2025. Interested parties can contact Megan Lagace at megan.e.lagace@jpl.nasa.gov or (626) 213-1113 for further information.
Simulation and Advanced Software Services II (SASS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to issue a Draft Request for Proposal (DRFP) for the Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II contract at the Marshall Space Flight Center in Huntsville, Alabama. This contract will focus on various program planning and control requirements, including integration, program analysis, earned value management, cost estimating, scheduling, and risk analysis, along with subject matter expert support for strategic planning and project reviews. The anticipated release date for the DRFP is around April 24, 2025, followed by the Request for Proposal (RFP) on or about June 6, 2025, with all responsible sources encouraged to submit offers. Interested parties should direct any questions to Charlene Booth at charlene.c.booth@nasa.gov by May 6, 2025, and monitor SAM.gov for updates on the solicitation.
Commercial Low Earth Orbit (LEO) Destination Contract (CLDC) Sources Sought
Buyer not available
NASA's Johnson Space Center (JSC) is seeking information from potential sources for the Commercial Low Earth Orbit (LEO) Destination Contract (CLDC) as part of its initiative to transition from the International Space Station (ISS) to commercially operated space stations. The objective is to gather capabilities from a diverse range of businesses, including small and minority firms, to support the development of new LEO destinations and associated systems, which may include in-orbit destinations, visiting vehicles, and supporting launch vehicles. This effort is crucial for maintaining a continuous U.S. presence in space and ensuring safe, reliable access to critical systems. Interested parties are invited to submit capability statements by April 30, 2025, to inform NASA's acquisition strategy, with all submissions directed to Rogelio Curiel or Matthew Windemuth at jsc-cldc@mail.nasa.gov. This notice is not a formal solicitation, and no proposals should be submitted at this time.