HELIX-MC
ID: 80NSSC25891897QType: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SUBSISTENCE (J089)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure continued service for the HELIX-MC instrument from Thermo Scientific, intending to issue a sole source contract to Thermo Electron North America LLC. The primary objective of this procurement is to ensure ongoing technical support and maintenance of the HELIX-MC, which is critical for analyzing planetary samples at the Mid-Atlantic Noble Gas Research Laboratory (MNGRL). This service contract promises enhanced operational efficiency, including a 50% faster onsite response time and a 30-40% reduction in downtime, thereby supporting NASA's essential research activities. Interested organizations must submit their qualifications by 1 p.m. Central Standard Time on January 2, 2025, to Cara Craft at cara.s.craft@nasa.gov, as the government reserves the right to determine the necessity of a competitive procurement based on the responses received.

    Point(s) of Contact
    Files
    Title
    Posted
    The Talent Cultivation Office (TCO) is soliciting a service contract from Thermo Scientific for the HELIX-MC instrument utilized in the Mid-Atlantic Noble Gas Research Laboratory (MNGRL). The primary goal is to ensure continued technical support and maintenance of the HELIX-MC, which is essential for analyzing planetary samples. The proposed service contract promises significant benefits, including a 50% faster onsite response time and a 30-40% reduction in downtime compared to billable customers. Additionally, the service plan offers a 35% remote issue resolution rate and enhanced access to over 2,000 experienced field service professionals. The work will be carried out on-site in Building 34, Room C135 at the MNGRL lab, effective immediately upon contract award. This initiative reflects the commitment to maintaining high operational standards of critical scientific instruments in support of ongoing research activities.
    NASA/NSSC requires continued service for the HELIX-MC instrument from Thermo Scientific, intending to issue a sole source contract to Thermo Electron North America LLC. This decision is based on FAR 13.106-1(b)(1)(i), establishing Thermo Electron as the exclusive provider for these services. The procurement will take place at the NASA Goddard Space Flight Center, with the acquisition planned under FAR Parts 12 and 13 for commercial items and services. Organizations interested in competing for this contract must submit their qualifications by 1 p.m. Central Standard Time on January 2, 2025, to the designated point of contact. The government reserves the right to decide whether to pursue a competitive procurement based on the responses received. Oral communications regarding this notice are not permitted. The applicable NAICS Code is 334516, and the notice includes references to the NASA Ombudsman for further inquiries. Overall, this document outlines the intention for a sole source procurement to ensure continued support for specialized equipment essential to NASA's missions.
    Lifecycle
    Title
    Type
    HELIX-MC
    Currently viewing
    Special Notice
    Similar Opportunities
    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.
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.
    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.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    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.
    SNA Software LLC. Limited Source Justification
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    DTS SLICE NANO Hardware
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure DTS SLICE NANO Hardware from Diversified Technical Systems, Inc. (DTS) as a sole source requirement. This procurement is critical for replacing systems that were damaged during SpaceX Bay 12 testing, specifically for the Anthropomorphic Test Device (ATD) used at NASA Langley Research Center (LaRC) for crash testing. The DTS SLICE NANO system is essential for maintaining operational continuity and ensuring the integrity of critical instrumentation data during tests, as utilizing an alternative vendor would jeopardize ongoing operations and lead to significant delays and costs. Interested organizations may submit their capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as the government retains discretion on whether to conduct a competitive procurement process.
    2026 MentorcliQ Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its contract with MentorcliQ, Inc. for the 2026 MentorcliQ Renewal, which involves the continuation and expansion of an enterprise-level IT platform for managing mentoring programs across the agency. The contractor will be responsible for providing software subscriptions, designing and configuring new mentoring programs, maintaining existing ones, and offering support and training, with the performance taking place at Stennis Space Center in Mississippi. This procurement is classified under NAICS Code 513210 and will be awarded as a sole source contract, with interested organizations invited to submit their capabilities by December 16, 2025, to Cara Craft at cara.s.craft@nasa.gov for potential competitive evaluation.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    Thermoplastic composite prepreg
    National Aeronautics And Space Administration
    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.
    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.