NOREAS - Santa Susana Field Laboratory Consulting
ID: 80MSFC25R0013Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA MARSHALL SPACE FLIGHT CENTERHUNTSVILLE, AL, 35812, USA

NAICS

Engineering Services (541330)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    Description

    NASA's Marshall Space Flight Center is seeking consulting services for environmental cleanup activities at the Santa Susana Field Laboratory. The primary objective is to maintain and enhance community outreach and strategic consulting efforts related to these environmental remediation activities. This procurement is significant as it supports NASA's commitment to environmental protection and compliance with federal regulations. Interested organizations are invited to submit their capabilities and qualifications to Samuel P. McIlvoy via email by 4:00 PM Central on February 8, 2025, as the government intends to evaluate submissions to determine the potential for competitive acquisition.

    Point(s) of Contact
    Samuel P. Mcilvoy
    Samuel.P.Mcilvoy@nasa.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Santa Susana Field Laboratory - California Department of Toxic Substances Control
    Buyer not available
    NASA's Marshall Space Flight Center is seeking to continue environmental remediation oversight at the Santa Susana Field Laboratory in Ventura County, California, as mandated by agreements with the California Department of Toxic Substances Control (DTSC). The procurement involves a sole source contract to acquire services from the California DTSC under the authority of 10 U.S.C. 3204(a)(1), emphasizing the critical nature of environmental remediation in compliance with regulatory requirements. Interested organizations are invited to submit their capabilities and qualifications via email to Samuel P. McIlvoy by 4:00 PM Central on February 7, 2025, to determine the potential for competitive acquisition. Further details, including the applicable NASA Clause 1852.215-84, Ombudsman, can be found on NASA's procurement website.
    Boeing - Santa Susana Field Laboratory
    Buyer not available
    NASA's Marshall Space Flight Center is seeking to procure services related to the Santa Susana Field Laboratory, specifically focusing on electrical usage, groundwater extraction and treatment system operations, stormwater and surface water treatment operations, and emergency contingency operations. The contract will also involve compliance with the Los Angeles Regional Water Quality Control Board services, highlighting the importance of environmental remediation in this context. NASA intends to issue a sole source contract to The Boeing Company under the authority of 10 U.S.C. 3204(a)(1), with interested organizations invited to submit their capabilities and qualifications by February 8, 2025, to Samuel P. McIlvoy at Samuel.P.Mcilvoy@nasa.gov for evaluation purposes.
    Task 1: Consulting Task 3: Publications Task 4: Hydrogen Peroxide
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract for consulting services, publications, and hydrogen peroxide-related tasks to Montana State University. The primary objective of this procurement is to address biofilm formation challenges in the wastewater processing assembly of the International Space Station (ISS), which is critical for maintaining the Water Recovery System (WRS) and ensuring the success of future space missions. The project will involve consulting on biofilm science, publishing research findings, and testing hydrogen peroxide's efficacy in mitigating biofilm growth, with a timeline extending from January to December 2025. Interested organizations can submit their qualifications by February 6, 2025, at 7 a.m. Central Standard Time, with inquiries directed to Procurement Specialist Shanna Patterson at shanna.l.patterson@nasa.gov.
    Facilities And Operations Maintenance Support Services II (FOMSS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The contract aims to deliver comprehensive operations, maintenance, and repair services for a diverse campus comprising approximately 344 structures, including complex aerospace facilities and environmental management tasks related to hazardous waste. This competitive acquisition is designated as an 8(a) set-aside, with a total estimated value of $110 million over a five-year period, including a 45-day phase-in and multiple option years. Interested parties must submit their comments on the Draft Request for Proposal (DRFP) by August 29, 2024, and proposals are anticipated to be due by October 11, 2024. For further inquiries, contact Noeleen Laughlin at noeleen.laughlin@nasa.gov or Joseph R. Tynes at joseph.r.tynes@nasa.gov.
    Marshall Exploration Facility (MEF)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Design Build Request for Proposal (RFP) for the Marshall Exploration Facility (MEF) at the Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The project aims to create a flexible and collaborative environment that accommodates various office and event spaces, enhancing the appeal and functionality of the MSFC campus, with an estimated project cost of $45 million. This initiative is crucial for providing a robust space for NASA and MSFC communities to gather, work, and collaborate, with the facility designed to support future program and technology changes. Interested contractors must demonstrate qualifications through previous similar projects and possess a bonding capacity of $55 million, with responses due by February 17, 2025, and the anticipated start of construction targeted for Q4 2026. For inquiries, contact Darlene Greene at darlene.greene@nasa.gov or Stephanie Darnell at stephanie.darnell@nasa.gov.
    NASA GRC Custodial Services
    Buyer not available
    NASA's Glenn Research Center (GRC) is seeking qualified contractors to provide custodial services across approximately 1.8 million square feet of facilities in Ohio, encompassing routine and emergency cleaning, as well as specialized clean room services. The procurement aims to ensure a high standard of cleanliness and sanitation, critical for maintaining operational readiness and compliance with health and safety regulations within NASA's research and development environments. Interested parties, particularly small businesses and Historically Black Colleges and Universities (HBCUs)/Minority Institutions (MIs), are invited to submit capability statements by February 10, 2025, detailing their qualifications and past performance. For further inquiries, potential bidders can contact Amanda Larsen at amanda.l.larsen@nasa.gov or call 216-433-3265.
    Networked Fire Mapping Demonstration
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Networked Fire Mapping Demonstration, with the intention of issuing a sole source contract to Trident Sensing, Inc. This initiative aims to demonstrate a multi-platform sensor technology for fire mapping during the Merritt Island/Kennedy Space Center prescribed burn in April 2025, utilizing both uncrewed and crewed aircraft to provide near-real-time mapping data. The project underscores NASA's commitment to advancing wildfire monitoring techniques and enhancing fire management strategies through innovative technology. Interested organizations must submit their capabilities and qualifications in writing to Tracy Bremer at tracy.g.bremer@nasa.gov by 4:00 p.m. Central Standard Time on February 5, 2025, to be considered for this procurement.
    Comsol Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Comsol software licenses through a sole source contract with Comsol, Inc. The primary objective of this procurement is to secure updated license files and necessary features for a 12-month subscription, which is critical for the development, analysis, and simulation of processing systems, particularly those involved in instrument signal processing. This renewal is essential to avoid delays in time-sensitive projects that could affect their schedules within the current fiscal year. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 11:59 a.m. Eastern Standard Time on February 7, 2025, with the procurement being conducted under FAR Part 12 and FAR Part 13 guidelines. For further inquiries, interested parties can reach out to Kathi Thomas at katheryn.a.thomas@nasa.gov or Tiffany Neal at tiffany.neal@nasa.gov.
    3262033-0502 REGULATED CONNECTOR
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the 3262033-0502 Regulated Connector, with the intention of issuing a sole source contract to Mission Systems Davenport, Inc. This procurement is critical for the NASA Armstrong Flight Research Center (AFRC) and involves specific compliance with quality standards and logistical requirements, including coordination for freight delivery to Edwards Air Force Base. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on February 5, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, interested parties may contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
    Inspection and repair of LaRC G-III engine
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure inspection and repair services for the LaRC G-III engine, specifically for the Spey engine (S/N 11189) installed in a Gulfstream GIII aircraft (N520NA). The selected vendor will be responsible for evaluating the engine following damage identified during a borescope inspection, which includes assisting with engine removal, transportation, and conducting inspections at their facility, ultimately leading to a repair plan that requires NASA's approval. This initiative is critical for maintaining aerospace research capabilities while ensuring compliance with safety and regulatory standards, as all work must adhere to applicable technical publications and FAA regulations. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 1:00 p.m. Central Standard Time on February 7, 2025, with the project timeline mandating completion by March 14, 2025.