Support Frame Structure (SFS) Fabrication
ID: 80NSSC25918899QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to fabricate and deliver components for the Support Frame Structure (SFS) as part of the Excepted Work Caliente Support Frame System Structure Procurement. The contract requires the fabrication of specific test hardware components, including columns, beams, and tracks, based on NASA-provided design drawings, with a delivery timeline of 12 weeks post-award. This procurement is critical for NASA's ground test efforts, ensuring the structural integrity and functionality of aerospace components. Interested vendors must submit their quotes by November 9, 2025, at 7 a.m. CT to Shanna Patterson at shanna.l.patterson@nasa.gov, including necessary documentation such as CAGE/UEI codes and compliance confirmations.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Armstrong Flight Research Center (AFRC) seeks a contractor to fabricate and deliver Support Frame Structure (SFS) components for a ground test effort within 12 weeks of contract award. The scope involves fabricating specific test hardware components according to NASA-provided design drawings, including various SFS cart columns, beams, pillars, tracks, mounting angles, end plates, reinforcement plates, floor tracks, and diagonal support members. Contractors are not responsible for procuring common off-the-shelf hardware like nuts and bolts. Proposals will be evaluated based on best value, considering lowest price, past performance (three references), ability to meet the 12-week delivery, and technical acceptability. Contractors must submit a manufacturing process plan and a quality plan. The contract also mandates compliance with IT purchase authorization, Section 508 accessibility, federal records management laws, and requires disclosure and approval for any use of Artificial Intelligence (AI) during contract performance.
    This document, FLL-HPROJ-0030, from the National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center, details the design and specifications for various structural components, including columns, cross-members, and moment fixtures. The file, dated June 24, 2025, includes a comprehensive parts list, material specifications (primarily A36 steel), and detailed instructions for welding, finishing, and identification marking. Key components like I-beams, plates, and fasteners are specified with their quantities and CAGE codes. The document also provides torque specifications for bolts and outlines a primer/top coat finish using MIL-PRF-23377 epoxy primer and MIL-PRF-85285 polyurethane. It emphasizes compliance with ASME Y14.100 for drawing interpretation and AWS D1.1/D1.1M for welding. The document is designated as EAR99/NLR, indicating it is technical in content but not restricted by ITAR or EAR for export, with a note on embargo restrictions. This file serves as a detailed engineering blueprint for manufacturing and assembly.
    This government file from the National Aeronautics and Space Administration (NASA), Armstrong Flight Research Center, details the design and specifications for "SFS, CART BEAMS" components. The document outlines four primary I-beams: a lower wing beam, a lower elevon beam, an upper wing I-beam, and an upper elevon I-beam, all constructed from W8X35 A36 steel. It includes a parts list with associated CAGE codes and quantities for mounting angles, beam end plates, and reinforcement plates. Technical specifications cover welding procedures per AWS D1.1/D1.1M, primer and top coat finishes per MIL-DTL-18264, and identification marking per MIL-STD-130. Revision history indicates updates made in July 2025, including quantity adjustments for item 8, view updates for welds and dimensions, and increased lengths for several beams. The document also includes an EAR99/NLR notice, indicating that the information is technical in content but does not require an export license, though it remains subject to embargo provisions.
    This document, FLL-HPROJ-0033, from the National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center, details the design and specifications for the "SFS, UPPER CONNECTING BEAM" assembly. The file, dated June 24, 2025, includes engineering drawings, a parts list, and manufacturing notes for the Upper Connecting Beam (UCB) and its reinforced variant. Key components include an A36 steel I-beam, track, end plates, reinforcement plates, bolts, nuts, and washers. Manufacturing processes specify welding according to AWS D1.1/D1.1M, primer and topcoat finishing per MIL-DTL-18264 with MIL-PRF-23377 epoxy primer and MIL-PRF-85285 polyurethane, and human-readable identification marking per MIL-STD-130. Tolerances and dimensions are provided, along with torque specifications for fasteners. The document also contains an EAR99/NLR notice, indicating that the information is technical in content but not subject to ITAR or EAR technical data definitions, with general prohibition six (embargo) applying.
    This government file, FLL-HPROJ-0034, from the National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center, details the design and specifications for various structural components, primarily pillars and beams made from A36 steel. The document includes a parts list with specific dimensions, materials, and quantities required for items such as GVT pillars, outboard and inboard pillars, horizontal I-beams (short and long), and various baseplates and reinforcement plates. It outlines manufacturing notes, including welding specifications (AWS D1.1/D1.1M with MIG and ER70S-3 rod), primer/top coat finish requirements (MIL-DTL-18264, MIL-PRF-23377 epoxy primer, and MIL-PRF-85285 polyurethane), and human-readable identification marking per MIL-STD-130. The file also contains detailed isometric and exploded views with dimensions and scales for each component. An EAR99/NLR notice clarifies that the information is technical in content but not subject to ITAR or EAR technical data definitions, though general prohibition six (embargo) applies.
    This government file, originating from the National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center, details the design and specifications for "V-GROOVE TRACKS" (DWG. NO. FLL-HPROJ-0035). The document outlines various C-channels and V-groove components made from A36 steel, including mid, lower wing, upper wing, lower elevon, and upper elevon tracks, as well as end plates. Key specifications include welding requirements per AWS D1.1/D1.1M, human-readable identification marking per MIL-STD-130, and a primer/top coat finish per MIL-DTL-18264, specifying epoxy primer and polyurethane topcoat in OSHA Safety Blue. The file also includes detailed dimensional drawings for each component and revisions, such as increased lengths for certain parts. An EAR99/NLR notice confirms the technical content is not restricted under ITAR or EAR, but General Prohibition Six (Embargo) applies. This document appears to be part of a federal RFP or grant related to aerospace component fabrication.
    This government file from the National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center details the design and specifications for a "MOUNTING ANGLE" component, identified as DWG. NO. FLL-HPROJ-0036. The document includes detailed engineering drawings with dimensions, tolerances, and notes regarding material specifications (L3X3X1/4 A36 STEEL PER ASTM A36/A36M). It outlines approval dates from May to June 2025, involving various engineers and reviewers for design, drawing, checking, and review. The document also contains an EAR99/NLR notice, clarifying that the information is technical but not restricted by ITAR or EAR, meaning no export license is required, though general export prohibitions still apply. This file is critical for manufacturing and procurement within NASA projects.
    This document outlines the detailed specifications for various end plates, including column, beam, diagonal, and cart washer plates, as part of the FLL-HPROJ-0037 project for the National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center. The file provides comprehensive technical drawings, dimensions, and material requirements, specifying A36 steel per ASTM A36/A36M. It mandates human-readable identification markings per MIL-STD-130 and specific primer/top coat finishes (MIL-DTL-18264, MIL-PRF-23377 epoxy primer, MIL-PRF-85285 polyurethane in OSHA Safety Blue). The document also includes approval signatures, revision history, and an EAR99/NLR notice, indicating that the information is technical content but not technical data subject to ITAR or EAR restrictions, with General Prohibition Six (Embargo) applying.
    This document, FLL-HPROJ-0043, from the National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center, details the design and specifications for a "REINFORCEMENT PLATE." The file, approved for initial release on June 23, 2025, includes engineering drawings, material specifications (A36 Steel per ASTM A36/A36M), and a parts list for related assemblies (FLL-HPROJ-0030, FLL-HPROJ-0031, FLL-HPROJ-0033). It also contains an EAR99/NLR notice, designating the information as technical in content but not subject to ITAR or EAR technical data definitions, thus requiring no export license, though general embargo prohibitions apply. The document provides crucial design and export control information for the reinforcement plate, ensuring compliance and proper handling of technical data.
    The document details the design and manufacturing specifications for "FLOOR TRACKS" (FLL-HPROJ-0044) for the National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center. It outlines the assembly of two floor track units, -101 and -103, which include a track plate made of 0.5" A36 steel and a V-groove floor component. Key requirements include welding per AWS D1.1/D1.1M with specific visual inspection and non-destructive testing criteria (MAG Particle and Dye Penetrant NDT). The finishing process specifies a primer/top coat system using MIL-PRF-23377 epoxy primer and MIL-PRF-85285 polyurethane in OSHA Safety Blue. Human-readable identification marking is required per MIL-STD-130, including a CAGE code, drawing number, dash number, and latest revision. The document also includes an EAR99/NLR notice, indicating the technical content is not subject to ITAR or EAR technical data regulations but is still subject to embargo provisions. Detailed drawings for the track plates and weldments are provided across four sheets.
    The document details the specifications for a "DIAGONAL SUPPORT MEMBER" for the National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center. The project, identified as FLL-HPROJ-0045, involves the fabrication and assembly of an A36 steel I-beam diagonal support and end plates. Key specifications include welding per AWS D1.1/D1.1M using MIG with ER70S-3, visual inspection for statically loaded nontubular connections, and non-destructive testing (NDT) with magnetic particle and dye penetrant. The finishing requirements include a MIL-PRF-23377 epoxy primer and two coats of MIL-PRF-85285 polyurethane in OSHA Safety Blue. Identification marking will follow MIL-STD-130 by handwritten permanent ink. The document also includes an EAR99/NLR notice, indicating it is technical in content but not restricted by ITAR or EAR for export, with general prohibition six (embargo) applying to all items subject to the EAR.
    The NASA Armstrong Flight Research Center's Procurement Quality Requirements detail the mandatory Certification of Conformance for suppliers. This certification, required for each shipment, ensures contract and order conformance to the Government. Suppliers must verify the acceptability of all articles through inspections, tests, audits, and record reviews before shipment. The certificate must identify the contract/order number, line item, manufacturer's part number, heat/batch/serial number (if applicable), shipped quantity, and unit of measure. It also requires a legible signature from an authorized officer or quality representative. Additionally, the document references FAR clause 52.246-15, outlining procedures for the Certificate of Conformance, including written authorization from the Contract Administration Office (CAO) and specific attachment requirements for shipping and payment reports. The Government retains the right to reject defective supplies, with the contractor responsible for prompt replacement or repair at their expense. The certificate's wording confirms compliance with all contract requirements, including quality, specifications, and packaging.
    NASA Shared Services Center issued Request for Quotation (RFQ) 80NSSC26918899Q for the Excepted Work Caliente Support Frame System (SFS) Structure Procurement. This is a best value requirement exclusively for small businesses and authorized resellers. Quotes are due by November 9, 2025, at 7 a.m. CT to Shanna Patterson at Shanna.l.Patterson@nasa.gov and must include CAGE/UEI code, FOB Destination, lead time, POC name/email, and compliance confirmation with Q1-A. Vendors must reference the tracking number in the email subject. The NAICS Code is 541715. Offerors must be registered at sam.gov and complete specific telecommunications provisions. The solicitation incorporates various FAR and NFS clauses by reference, including those related to commercial products, whistleblower rights, export licenses, and firm-fixed pricing. An ombudsman is available for concerns that cannot be resolved by the contracting officer.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    CUSTOME TEXTILE PROTYPE
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole-source contract to Bally Ribbon Mills for the development of custom textile prototypes essential for the Artemis Suit Materials (ASM) Project. The procurement involves the design, weaving, and testing of advanced woven fabrics for the next-generation lunar Environmental Protection Garment (EPG), with Bally Ribbon Mills identified as the only source capable of meeting these specialized requirements due to their unique capabilities and established history in producing high-performance aerospace textiles. Interested organizations may submit their capabilities by December 9, 2025, at 8 a.m. Central Standard Time to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as oral communications are not accepted, and the procurement will follow commercial item acquisition procedures under FAR Part 12 and 13.
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotes for Chamber Services to conduct decompression sickness testing of CO2 countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920246Q. The procurement involves providing hypobaric chamber services to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which aims to assess decompression sickness risk during simulated Extravehicular Activities (EVAs). This initiative is critical for ensuring astronaut safety and optimizing prebreathe strategies in space missions. Interested small businesses must submit their quotes by December 8, 2025, at 7 a.m. CT to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in their email subject. Payments will not be made by credit card, and the total firm-fixed price is to be determined.
    SNA Software LLC. Limited Source Justification
    Buyer not available
    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.
    15--SUPPORT,STRUCTURAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of structural support components, specifically NSN 1560016596645, with a requirement for two units to be delivered to DLA Distribution within 286 days after order. This procurement is crucial for maintaining the operational readiness of aerospace craft, as the components are integral to aircraft structural integrity. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. This opportunity is set aside for small businesses under the SBA guidelines, and the solicitation details can be accessed through the DLA's online platform.
    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.
    25--FRAME SECTION,STRUC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four units of the Frame Section, Structural (NSN 2510-15-032-7774). This procurement is a total small business set-aside and aims to acquire essential vehicular equipment components that are critical for military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and the deadline for delivery is set for 168 days after order placement. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    Buyer not available
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV through a Draft Request for Proposal (DRFP) designated as 80GSFC24R0012. The procurement aims to secure contractor support for environmental testing, mechanical and optical integration, and operational support for spacecraft and flight experiment components, with a focus on maintaining high standards of safety and quality. This contract is critical for NASA's mission in space science and technology development, ensuring robust testing and integration processes are in place. Interested vendors must submit their comments and questions regarding the DRFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the project requirements.
    FD2030-25-00036
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking qualified contractors to provide structural support components identified by National Stock Number (NSN) 1560-01-435-5553FL. The procurement involves the supply of a specific stabilizer part, with requirements for compliance with the National Aerospace and Defense Contractors Accreditation Program (NADCAP) and adherence to rigorous testing and inspection protocols to ensure quality and operational safety. This opportunity is critical for maintaining the integrity of military aircraft operations, particularly for the KC-135 aircraft, and emphasizes the importance of prequalification and compliance with federal regulations. Interested parties should refer to the solicitation information for further details and are advised that the solicitation will be available for quotes once approved by the contracting officer.