Nacelle Covers for Plug25 Project
ID: 80NSSC25900029QType: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

STRUCTURAL SHAPES (9520)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) is seeking quotations for the fabrication and machining of Nacelle Covers for the Plug25 Project, utilizing .063” Thick 316 Stainless Steel in accordance with ASTM A240 standards. This procurement is part of NASA's ongoing efforts to enhance aerospace technology and requires vendors to ensure full dimensional inspections, proper documentation, and weekly status updates throughout the production process. The completed Nacelle Covers must be delivered to the NASA Glenn Research Center by June 18, 2025, with quotes due by April 29, 2025. Interested offerors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details and to reference Notice ID 80NSSC25900029 in all correspondence.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Glenn Research Center's Statement of Work details the requirements for fabricating and machining Plug25 Nacelle Covers using .063” Thick 316 Stainless Steel per ASTM A240. It mandates mill test reports and certificates of conformance for all materials, which must accompany the delivered hardware. The scope of work includes fabricating, machining, inspecting, and non-destructive testing, with explicit instruction for 100% dimensional inspections documented for all manufactured items. Notably, NASA will not supply any equipment, and non-conforming parts will be evaluated for rework or acceptance at the vendor's expense. Weekly status updates with photographs are required, aiming for delivery by June 18, 2025. The project aims to ensure quality assurances and government acceptance of the final product, emphasizing compliance and thorough documentation throughout the process.
    The document outlines a Request for Quotation (RFQ) from NASA for the fabrication of Nacelle Covers for the Plug25 Project, specifically intended for small businesses. The main requirements include the manufacturing of parts using .063” thick 316 stainless steel, with specific quality assurance measures such as mill test reports and dimensional inspections. The specified deliverables must be completed by June 18, 2025, with weekly status updates required throughout the process. NASA emphasizes that no government-furnished equipment will be provided for this task and that all quotes must include necessary pricing details and pertinent certifications. Offerors are instructed to submit their proposals by April 10, 2025, with further clarifications requested in writing by April 8, 2025. The solicitation also incorporates crucial FAR clauses, including provisions for compliance with relevant telecommunications regulations and certifications regarding criminal and tax liabilities. In summary, this RFQ serves to solicit competitive bids for essential components of a NASA project, reinforcing the organization's commitment to supporting small businesses while ensuring compliance with federal regulations.
    The National Aeronautics and Space Administration (NASA) has released a Request for Quotation (RFQ) for the fabrication of Nacelle Covers for the Plug25 Project. The procurement is open to all vendors and requires these parts to be made from .063” Thick 316 Stainless Steel, according to specific ASTM standards. Key requirements include full dimensional inspections with proper documentation and weekly status updates during the production process. The completed Nacelle Covers must be delivered to the NASA Glenn Research Center by June 18, 2025. Interested offerors must submit quotes by April 29, 2025, and provide necessary certifications and representations regarding telecommunications equipment, small business status, and compliance with federal contracting regulations. Additionally, the solicitation incorporates various clauses concerning contractor responsibilities, including provisions related to child labor and exports. This RFQ represents an essential part of NASA's ongoing efforts to develop and maintain aerospace technology, reflecting the agency's standards for safety, quality, and compliance in procurement procedures.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    UPS Battery, UP, N1C.L48100EBM3U and N1C LR-Series 2000VA/1800W UPS, N1C.LR2000.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of two N1 Critical Technologies UPS Battery Modules (PN N1C.L48100EBM3U) and one N1C LR-Series 2000VA/1800W UPS Module (PN N1C.LR2000) for the Global Hawk project at the NASA Armstrong Flight Research Center in Edwards, CA. This procurement is set aside for small businesses and requires compliance with ISO 9001 and NASA Quality Document Q1-C, emphasizing the importance of quality assurance in the supply of critical aircraft parts. Quotes must be submitted by December 19, 2025, by 3:00 p.m. CT to laura.a.quave@nasa.gov, and should include the Cage Code, UEI number, anticipated delivery time, and any applicable shipping costs. Interested parties are encouraged to review the solicitation details and ensure registration at www.sam.gov to participate in this opportunity.
    Materials-Limited Technologies for the Moon and Mars
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking industry input through a Request for Information (RFI) regarding materials-limited technologies applicable to its Moon and Mars exploration initiatives. The objective is to gather insights on potential technologies that can address NASA's identified Civil Space Shortfalls, particularly those hindered by structural materials challenges, which may include advancements in non-metallic materials or innovative materials processing. This RFI is crucial for informing future opportunities and collaborations, with responses due by 5:00 PM EDT on January 16, 2026, and should be submitted electronically to the designated NASA contacts, including Godfrey Sauti at godfrey.sauti-1@nasa.gov.
    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.
    In Space Manufacturing-Advanced Space Technologies for Resilient Operations (ISM-ASTRO)
    National Aeronautics And Space Administration
    NASA's George C. Marshall Space Flight Center (MSFC) is issuing a Request for Information (RFI) regarding In-Space Manufacturing-Advanced Space Technologies for Resilient Operations (ISM-ASTRO) to gather industry feedback on advancing in-space manufacturing capabilities, particularly focusing on metallic manufacturing methods. The objective is to define the current state of in-space manufacturing, identify mission infusion points that align with commercial plans, and determine near-term actions to enhance these methods for sustained presence in Earth orbit, the Moon, Mars, and other celestial bodies. This initiative is crucial for NASA's strategic goals, as it aims to increase mission flexibility, reduce reliance on spare parts, and promote exploration and innovation in space technologies. Interested parties are encouraged to submit their responses by January 16, 2026, to Brent Evans at brent.l.evans@nasa.gov or Jennifer Jones at jennifer.m.jones@nasa.gov, with responses limited to eight pages.
    16--COVER,AIRCRAFT-ROCK
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 25 units of the NSN 1680016257325, specifically a COVER, AIRCRAFT-ROCK. This procurement is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in defense contracting. The items are critical components for aerospace applications, ensuring the operational readiness and maintenance of military aircraft. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. The deadline for quote submission is 171 days after the award date.
    15--NRP,COVER PLATE A00
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 41 units of the Cover Plate A00, identified by NSN 1R-1560-016554763-B4. This is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current supplier, and the items are subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Danielle M. Cutrera at danielle.m.cutrera.civ@us.navy.mil or by phone at (215) 697-6566.
    28--COVER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 16 units of NSN 2835012433026 COVER, which may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000. The items will be delivered to various DLA Depots both within the continental United States (CONUS) and outside (OCONUS), with an estimated four orders per year and a guaranteed minimum quantity of one. This procurement is crucial for maintaining operational readiness, as the covers are essential components for turbine and turbine generator set units. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to CO2 countermeasures, as outlined in solicitation number 80NSSC26920246Q-1. The primary objective of this procurement is to conduct hypobaric chamber testing to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which will investigate prebreathe strategies. This testing is crucial for ensuring the safety and effectiveness of aerospace operations involving hypobaric exposure. Interested vendors must submit their quotes referencing the tracking number in the subject line and can contact Shanna Patterson at shanna.l.patterson@nasa.gov for further inquiries. Please note that NASA does not accept payment by credit card.