High Pressure Industrial Water Facility Controls Upgrades Hoffman PLC Cabinets
ID: 80NSSC24856218Q-1Type: Combined Synopsis/Solicitation
Overview

Buyer

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

PSC

MISCELLANEOUS ITEMS (9999)

Set Aside

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

    Combined Synopsis/Solicitation NATIONAL AERONAUTICS AND SPACE ADMINISTRATION High Pressure Industrial Water Facility Controls Upgrades Hoffman PLC Cabinets. The procurement is for upgrading the controls of the high pressure industrial water facility by installing Hoffman PLC Cabinets. These cabinets are typically used to house and protect electrical control components and equipment. The project will take place at Stennis Space Center in Mississippi, USA. The procurement is set aside for small businesses. For more information, contact Shanna Patterson at shanna.l.patterson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    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.
    Centralized Waste Processing System
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.
    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.
    Single Liquid Helium Pump Contract Extension
    National Aeronautics And Space Administration
    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.
    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.
    Solicitation - CUP - Two-Phase Design-Build Acquisition for Modernization and Expansion of Central Utility Plant
    Commerce, Department Of
    The Department of Commerce, through the National Institute of Standards and Technology (NIST), is seeking qualified contractors for a Two-Phase Design-Build Indefinite Delivery, Indefinite Quantity Single Award Task Order Contract (SATOC) aimed at the modernization and expansion of the Central Utility Plant (CUP) at its Gaithersburg, Maryland campus. The project encompasses a comprehensive range of design-build services, including program management, construction, and project closeout, with a focus on enhancing utility capacity and reliability while minimizing disruption to ongoing campus operations. This initiative is critical for upgrading essential infrastructure, ensuring compliance with federal and state regulations, and supporting NIST's mission for sustainable and efficient utility management. Interested parties should contact Brandon Butler at brandon.butler@nist.gov or Teresa Harris at teresa.harris@nist.gov for further details, and are encouraged to monitor SAM.gov for updates and amendments to the solicitation, which is currently in draft form.
    Chamber Services for decompression sickness testing of exercise countermeasures.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide hypobaric chamber services for decompression sickness testing related to exercise countermeasures. The procurement aims to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which involves recruiting subjects for experimental conditions simulating extravehicular activities (EVAs) to investigate the effects of exercise as a mitigation strategy for decompression sickness. This initiative is critical for informing future space vehicle and mission requirements, emphasizing the importance of safety and data quality in the testing process. Interested vendors must reference tracking number 80NSSC26920179Q-1 in their email submissions and direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov, as the procurement is firm fixed price and requires strict adherence to specified protocols and operational standards.
    NASA AFRC Facilities Operations and Maintenance Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking capability statements from small business firms for the Facilities Operations and Maintenance Services at the Armstrong Flight Research Center (AFRC) located in Edwards, California. The procurement aims to identify qualified sources capable of providing comprehensive facility operations, maintenance, and repair services for various infrastructure and assets, including buildings, hangars, and utility systems. This opportunity is crucial for ensuring the operational efficiency and safety of NASA's facilities, which support critical aeronautics research and development activities. Interested firms must submit their capability statements, not exceeding fifteen pages, by following specific submission guidelines outlined in the opportunity notice, with inquiries directed to Cacie Carrillo at cacie.carrillo@nasa.gov or Eleonor Barron at eleonor.barron@nasa.gov.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    Launch Complex (LC) 39 Area Power Duct Bank Replacement
    National Aeronautics And Space Administration
    NASA's Kennedy Space Center is seeking proposals for the Launch Complex (LC) 39 Area Power Duct Bank Replacement project, which involves the design and construction of a new duct bank system to replace the existing degraded infrastructure. The project aims to enhance the power distribution capabilities at LC-39, addressing deficiencies in the current system that has been in place since the 1960s, and is critical for supporting future operations and maintenance at the facility. This procurement will follow a two-phase design-build selection procedure, with a firm-fixed-price contract anticipated to be awarded by July 31, 2025, and proposals for Phase 1 due by December 16, 2025. Interested contractors should direct inquiries to Benjamin Crafton or Jacqueline Brooks via email, and are encouraged to review all solicitation documents available on www.SAM.gov for further details.