Laminar Differential Pressure Mass Flow Controllers for HYMETS
ID: 80NSSC25912204QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONUS

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Laminar Differential Pressure Mass Flow Controllers for its Hypersonic Materials Environmental Test System (HYMETS) project. The requirement includes the purchase of 25 units of the MCP-250SLPM-D-DB15K and 3 units of the MC-50SLPM-D-DB15K to replace outdated MKS brand controllers, which have proven unreliable and costly due to frequent calibration needs. The new Alicat Scientific Mass Flow Controllers are essential for maintaining operational integrity and ensuring accurate data delivery to customers, with the procurement process managed by NASA’s Langley Research Center. Interested organizations must submit their qualifications in writing by 4:00 p.m. CST on August 6, 2025, and can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Langley Research Center's Hypersonic Materials Environmental Test System (HYMETS) requires the procurement of new Alicat Scientific Mass Flow Controllers (MFCs) to replace outdated and unreliable MKS brand MFCs. The current MKS units frequently lose calibration, incurring additional costs and delays for the facility, as they require recalibration every four months to avoid performance degradation. In contrast, the Alicat MFCs are designed with advanced Laminar Differential Pressure technology to meet HYMETS’ specific operational and calibration needs while enhancing data reliability. The scope of work entails purchasing 25 units of the MCP-250SLPM-D-DB15K and 3 units of the MC-50SLPM-D-DB15K to ensure that HYMETS can consistently provide accurate data to customers. Past experiences with the MKS brand revealed long calibration turnaround times and poor customer service, prompting the transition to Alicat. The document underscores the practical necessity of these new MFCs for maintaining operational integrity and meeting customer expectations at the HYMETS facility.
    NASA/NSSC has issued a requirement for Laminar Differential Pressure Mass Flow Controllers for its HYMETS project, planning to award a sole source contract to Alicat Scientific, Inc., the only recognized provider of these controllers. The procurement will follow the procedures outlined in FAR Part 12 and FAR Part 13, with the contracting process managed by NASA’s Langley Research Center. Organizations interested in competing for this contract must submit their qualifications in writing by 4:00 p.m. CST on August 6, 2025. The government's discretion will determine if the procurement will be competitive based on the responses received. Certain communications, such as oral responses, are prohibited. Additionally, the NASA Ombudsman Clause 1852.215-84 is applicable, providing oversight for the acquisition process. The relevant NAICS Code for this procurement is 334516, denoting the specific industry category for this procurement action.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Capacitive Micro-Gravity Fluid Mass Gauge (KSC-TOPS-96)
    Buyer not available
    NASA's Technology Transfer Program is seeking inquiries from companies interested in obtaining licensing rights for a newly developed technology: the Capacitive Micro-Gravity Fluid Mass Gauge (KSC-TOPS-96). This innovative technology aims to accurately measure fluid mass in microgravity environments, utilizing a capacitance-based gauge that employs an array of electrodes to derive precise mass fraction measurements from two-phase fluids. The technology is crucial for applications in space research and technology, where understanding fluid behavior is essential for various missions. Interested parties are encouraged to submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) and can direct any inquiries to Agency-Patent-Licensing@mail.nasa.gov. Please note that NASA does not provide funding in conjunction with these licenses, and no follow-on procurement is expected from this notice.
    Purchase an extrusion system that will be used to develop regolith composites
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of an extrusion system designed for the development of regolith composites. This system must include essential components such as a material hopper, filament cooling path, spool winder, and a hardened screw capable of processing thermoplastic and abrasive regolith materials. The procurement is set aside for small businesses, emphasizing the importance of this technology for NASA's research and development initiatives. Quotes are due by December 9, 2025, at 3:00 p.m. CT, and must be submitted to Laura Quave at laura.a.quave@nasa.gov, with technical questions due by December 5, 2025. Interested vendors must be registered on SAM.gov and adhere to specific provisions outlined in the RFQ and Statement of Work.
    66--FLOWMETER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture or refurbishment of flowmeters, classified under NAICS code 334514. The procurement aims to fulfill critical requirements for liquid and gas flow measurement instruments, which are essential for various defense applications. The contract will include specific quality assurance measures and compliance with military standards, with a focus on timely delivery and adherence to national defense priorities. Interested vendors can reach out to Jordan Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL for further details, and must ensure all submissions are made in accordance with the outlined specifications and deadlines.
    Thermo Scientific Nicolet iS50 FTIR Spectrometer - Aligned Tri-Detector, Gold Optics, No Beamsplitter & warranty purchase.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure a Thermo Scientific Nicolet iS50 FTIR Spectrometer, including warranty, as a sole source requirement from Thermo Electron North America LLC. This advanced analytical instrument is crucial for the NASA Johnson Space Center's Environmental Chemistry Laboratory, where it will enhance capabilities for analyzing gases for human consumption and streamline operations by reducing analysis time. The procurement is justified under FAR 13.106-1(b)(1)(i) due to the vendor's unique qualifications, and interested organizations may submit their capabilities by December 9, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov for consideration in determining the viability of a competitive procurement. The contract will be executed in Houston, Texas, with a performance period of 30 days after receipt of order.
    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.
    Controller W, AIRPR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight (8) Controller W, AIRPR units, identified by part number 773040-2 and national stock number 1660-01-164-4292. This procurement is a combined synopsis/solicitation under solicitation number 70Z03826QJ0000020, which requires that all items have traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation, ensuring compliance with federal regulations. The anticipated award will be made on a sole-source basis, with a firm-fixed price purchase order expected to be issued around January 5, 2026. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    Chamber Services for decompression sickness testing of exercise countermeasures
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to exercise countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920179Q. The procurement aims to support NASA's Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER) project, which investigates the effects of exercise on decompression sickness risk during space missions. This specialized service is critical for ensuring astronaut safety and performance during extravehicular activities (EVA). Quotes are due by December 8, 2025, at 7 a.m. CT, and interested vendors must submit their proposals to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in the email subject. Additionally, vendors must be registered at sam.gov and comply with specific telecommunications provisions to be eligible for award consideration.
    Low Level Contr
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Low Level Control units, identified by National Stock Number 6680-01-337-0653 and part numbers 30052-000-01 and 70307-82802-103. These items are critical for ensuring the operational readiness of U.S. Coast Guard aircraft, requiring clear traceability to the Original Equipment Manufacturers, Simmonds Precision Products INC and Sikorsky Aircraft Corporation. Interested vendors must submit their offers by December 22, 2025, at 2:00 PM EST, with the anticipated award date set for December 29, 2025. For further inquiries, potential offerors can contact Paige Kressley at Paige.E.Kressley@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    Crown Power Amplifier
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a Crown Power Amplifier, specifically the HyperSpike TCPA model, as part of a procurement set aside for small businesses. This Brand Name requirement is critical for the Paging & Area Warning System (PAWS) at Kennedy Space Center, ensuring continued safety and weather paging capabilities at key locations where existing spares have been depleted. Interested vendors must submit their quotes by November 25, 2025, and address any contractual or technical questions by November 21, 2025, with all correspondence referencing Notice ID 80NSSC26915873Q. For further details, vendors can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    66--METER,FLOW RATE IND
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting bids for the procurement of flow rate meters, specifically two units of the item classified under NAICS code 334514. This requirement is categorized as a new spares acquisition, and the meters are essential for measuring liquid and gas flow, which is critical for various defense applications. Interested vendors should note that the solicitation includes specific clauses regarding quality requirements, warranty, and compliance with the Buy American Act, and they are encouraged to reach out to Thomas Kuhnle at 215-737-4024 or via email at THOMAS.KUHNLE@DLA.MIL for further information. The contract will be awarded based on the best available options, with no drawings available for this solicitation.