Horiba Fuelcon upgrade for Methane/Oxygen SOFC Test Capability
ID: 80NSSC26909571QType: Special Notice
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

MODIFICATION OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (K066)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure an upgrade for the Horiba Fuelcon Evaluator test stand to enhance Methane/Oxygen Solid Oxide Fuel Cell (SOFC) test capabilities at the Glenn Research Center. The project involves significant modifications to an existing test stand, which has been dormant for over five years, to accommodate new fuel cell articles for Mars applications, including enhancements in fuel handling and increased load bank capacity. Interested organizations may submit their capabilities and qualifications to Laura Quave at laura.a.quave@nasa.gov by 5:00 p.m. Central Standard Time on December 11, 2025, to be considered for this sole-source contract, which is governed by FAR Parts 12 and 13. Oral communications are not accepted, and the procurement will include specific requirements regarding the use of artificial intelligence as outlined in OMB memo M-25-22.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines a project to upgrade a Horiba Fuelcon Evaluator test stand in Building 109 for Mars applications. The existing test stand, dormant for over five years and originally configured for aerospace (hydrogen/air reactants, up to 1kWe), requires recommissioning and significant modification. The upgrade will involve an on-site engineering assessment, recalibration, and modifications to accommodate methane/oxygen fuel cell articles for Mars applications. Key upgrades include enhanced oxygen and methane handling, increased load bank capacity to 1.8kWe, an updated safety matrix, and training for GRC personnel. Additionally, the procurement mandates the inclusion of specific AI verbiage in the contract, requiring contractors to disclose AI use and adhere to additional requirements for acquiring covered AI systems or services as defined by OMB memo M-25-22.
    NASA/NSSC intends to award a sole-source contract to HORIBA INSTRUMENTS INCORPORATED for a Horiba Fuelcon upgrade, enhancing Methane/Oxygen SOFC Test capability at NASA's Glenn Research Center. This procurement falls under FAR 13.106-1(b)(1)(i) due to HORIBA INSTRUMENTS being the sole provider. The acquisition involves commercial items and services, adhering to FAR Parts 12 and 13, with NAICS Code 541330. Interested organizations may submit capabilities by December 11, 2025, to Laura Quave (laura.a.quave@nasa.gov) to be considered for a competitive procurement, though the decision to compete rests solely with the government. Oral communications are not accepted, and NASA Clause 1852.215-84 (Ombudsman) applies.
    Lifecycle
    Title
    Type
    Similar Opportunities
    JOFOC for the Flight-Like Advanced Material Reactors
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for Other Than Full and Open Competition for the Flight-Like Advanced Material Reactors contract, identified as 80MSFC21CA010. This procurement aims to support advanced research and development in national defense and atomic energy, focusing on the creation of innovative material reactors that simulate flight conditions. The contract is critical for advancing NASA's capabilities in applied research within the aerospace sector. For further inquiries, interested parties can contact Laura Bullington at Laura.E.Bullington@nasa.gov or Cynthia Hubbard at cynthia.a.hubbard@nasa.gov.
    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.
    Jet Propellant Thermally Stable (JPTS) Jet Fuel
    Buyer not available
    NASA's Armstrong Flight Research Center is seeking information from potential sources for the production of Jet Propellant Thermally Stable (JPTS) jet fuel to support its ER-2 Airborne Science Program aircraft. The fuel must comply with the draft Military Detail Specification (MIL-DTL)-25524H(USAF) dated October 8, 2025, which outlines the chemical and physical requirements, including necessary additives and testing methods for qualification and conformance inspections. This procurement is crucial for ensuring the operational readiness of military weapon systems that utilize JPTS fuel, with an estimated annual production of 125,000 gallons over a ten-year period. Interested firms are encouraged to submit capability statements, including anticipated subcontracting goals for various socioeconomic categories, by January 5, 2025, to Jenni Schnarr at jennifer.schnarr@nasa.gov, referencing notice number 80AFRC26SS0001.
    Thermoplastic composite prepreg
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure Thermoplastic composite prepreg, with the intention of issuing a sole source contract to JDR Industries, Inc., the sole provider of this material. This procurement is critical for NASA's projects, particularly in the development of advanced composite structures for aerospace applications, and will be performed at the NASA Langley Research Center. Interested organizations are invited to submit their capabilities and qualifications by 12:00 p.m. Central Standard Time on December 15, 2025, to the primary contact, Monica Wilson, at monica.d.wilson@nasa.gov, as the government will evaluate submissions to determine if a competitive procurement is warranted.
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Single Liquid Helium Pump Contract Extension
    Buyer not available
    NASA's Kennedy Space Center is seeking to extend the contract for a sole source Liquid Helium Pump, which is critical for supporting operations at the facility. This extension is justified under the Federal Acquisition Regulation 6.302-1, indicating that only one responsible source can fulfill the agency's requirements for this specialized equipment. The Liquid Helium Pump is essential for various aerospace applications, particularly in cryogenic environments. Interested parties can reach out to Brenda Teachworth at brenda.L.teachworth@nasa.gov or call 321-867-7449 for further details regarding this procurement opportunity.
    GW ACSSL FY26 Dawn VME Chassis
    Buyer not available
    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.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
    Study contract for fluid quick disconnectors
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for a study contract focused on the development of a Gateway Quick Disconnect (GQDC) system, which is a critical component for future space missions, including the Gateway program. The objective is to create a conceptual design that enhances fluid transfer capabilities for Extravehicular Activity (EVA) and Extravehicular Robotic Activity (EVR), with specific modifications to the existing systems used in the International Space Station. This contract, set aside for small businesses under NAICS Code 541330, has a performance period of six months, with proposals due by December 5, 2025, at 1 p.m. CT. Interested vendors must demonstrate relevant experience and submit their quotes to Cara Craft at cara.s.craft@nasa.gov, ensuring they are registered at www.sam.gov.
    Fission Surface Power System - Second Draft Announcement for Partnership Proposals
    Buyer not available
    NASA's Glenn Research Center (GRC) is inviting industry feedback on the Second Draft Announcement for Partnership Proposals (AFPP) related to the Fission Surface Power (FSP) System, under Announcement No. 80GRC025FSPS. The initiative aims to develop lunar surface power capabilities and stimulate the space industrial base for a future lunar economy, with a focus on establishing partnerships for advanced fission surface power technology. This competitive acquisition will lead to one or more Funded Space Act Agreements (FSAAs), and interested parties are encouraged to provide comments on the draft by December 12, 2025. Virtual one-on-one sessions with the FSP Program Executive team will be available from December 15-19, 2025, and further details can be obtained by contacting Matthew Evans at Matthew.T.Evans@nasa.gov.