Inspection and repair of LaRC G-III engine
ID: 80NSSC25891589QType: Special Notice
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA is seeking qualified vendors to evaluate and repair the Spey engine (S/N 11189) installed in a Gulfstream GIII aircraft (N520NA) following damage found during a borescope inspection. The scope includes assisting with engine removal, transportation, and inspection at the vendor's facility, culminating in a repair plan to be executed upon NASA's approval. All work must adhere to applicable technical publications and FAA regulations, ensuring that safety-critical components meet stringent standards. The project timeline mandates completion by March 14, 2025, with vendors required to provide weekly progress updates, detailed maintenance reports, and documentation of repairs alongside cost estimates. Approved FAA Forms and evidence of compliance must accompany all parts used. This initiative represents a federal response to maintaining aerospace research capabilities while ensuring safety and regulatory adherence in engine repair and evaluations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    SW - VA One
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure maintenance and technical support for its VA One licensing software through a sole-source contract with ESI North America, Inc. This procurement is essential to ensure the continuity of software patches, support, and upgrades necessary for critical projects, including the Space Launch System (SLS) and Gateway, which rely on the software for model validation. The contract is set to run from April 1, 2025, to March 31, 2026, and interested organizations are invited to submit their qualifications by 7 a.m. Central Standard Time on February 5, 2025. For further inquiries, potential bidders can contact Shanna Patterson at shanna.l.patterson@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.
    NASA INNOVATIVE ADVANCED CONCEPTS (NIAC) PHASE II
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Headquarters is preparing to release a solicitation for the "NASA Innovative Advanced Concepts (NIAC) Phase II" program, anticipated on or about January 22, 2025. This opportunity is aimed at U.S. organizations that have successfully completed or are actively completing a NIAC Phase I study, allowing them to further develop promising concepts and explore potential infusion options within and beyond NASA. The NIAC program is crucial for advancing innovative research in space technology, with Phase II awards designed to refine and build upon the foundational work established in Phase I studies. Interested proposers must submit their Phase II proposals electronically through NSPIRES by an authorized organizational representative, with a critical deadline for Phase I final reports set for February 24, 2025, at 5 PM ET. For further inquiries, contact John Nelson at hq-niac@mail.nasa.gov or call 202-358-0913.
    State-of-the-Art X-ray Grazing Incidence Optics
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking information from potential industrial sources for the development of state-of-the-art X-ray grazing incidence optics, specifically designed to achieve arc-second angular resolution in a space environment. The procurement aims to identify suppliers capable of designing, manufacturing, integrating, aligning, and testing segmented glass X-ray optics within a conventional Wolter-I optical configuration, utilizing space-qualified materials and advanced manufacturing techniques. This initiative is critical for advancing NASA's capabilities in high-performance science instruments for space applications. Interested firms must submit a capability statement by February 7, 2025, detailing their qualifications and readiness to meet the specified requirements, with submissions directed to Kathy Cooper at kathy.cooper@nasa.gov.
    Epsilon3 Pro License Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Epsilon3 Pro License through a sole source contract with Epsilon3, Inc., the exclusive provider of this software. The procurement involves acquiring one on-premise deployment license for a 12-month term, along with an additional 40 licenses, to support electronic procedure execution at the NASA Stennis Space Center in Mississippi. This renewal is crucial for maintaining operational capabilities within NASA's procedural management systems, ensuring continued efficiency and compliance. Interested parties may submit their capabilities and qualifications by 1 p.m. CST on February 6, 2025, to assess the possibility of competitive procurement, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    2840 - FMS Repair of ER SECTION,ENGINE ( 1 Unit )
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support (NAVSUP WSS), is seeking qualified contractors to repair one unit of the ER Section Engine, specifically part number 23033301. The procurement requires contractors to provide labor, materials, and facilities necessary to restore the government-owned engine component to operational condition, as the government lacks the data to perform these repairs independently. This repair is critical for maintaining the functionality of aircraft engines, which are vital for military operations. Interested parties must submit capability statements within five days of the notice publication, and contact Alainna Pettit at 215-697-0633 or via email at ALAINNA.PETTIT@NAVY.MIL for further details.
    State-of-the-Art X-ray Grazing Incidence Optics
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking information from potential suppliers for the development of state-of-the-art X-ray grazing incidence optics within a conventional Wolter-I configuration. The objective is to achieve arc-second angular resolution using high-precision, space-qualified optical materials, with a focus on the design, manufacture, integration, alignment, and testing of segmented glass X-ray optics for space applications. This initiative is crucial for advancing future space-based science instruments, and NASA encourages responses from all interested parties, including small businesses and minority-owned enterprises, to assess their capabilities and readiness for prototype development within a 24-month timeframe. Interested firms must submit capability statements by February 7, 2025, to Kathy Cooper at kathy.cooper@nasa.gov, ensuring that submissions do not include proprietary or export-controlled information.
    The purpose of this contract is to provide specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft. The contractor shall address operational challenges, enhance control optimization, and facilitate integration ta
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft through a sole-source contract with KONGSBERG NANOAVIONICS US LLC. The contractor will be responsible for addressing operational challenges, enhancing control optimization, and facilitating integration tasks to ensure mission success during the spacecraft's de-orbiting process. This procurement is critical for maintaining technical continuity and efficiency, as the selected contractor's familiarity with the project is essential for mitigating risks associated with vendor transitions. Interested parties must submit their qualifications by 7 a.m. CST on February 5, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
    4D Tech NanoCam HD Dynamic Optical Profiler
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a 4D Tech NanoCam HD Dynamic Optical Profiler, which is essential for assessing the roughness of optics within the m-40 system at the Marshall Space Flight Center. The procurement includes a high-resolution CMOS sensor, a 460nm LED, a desktop or laptop computer running Windows 10, and a motorized tripod with a hand controller, all aimed at enhancing the center's optical measurement capabilities. This acquisition is part of NASA's efforts to advance technology and precision in aerospace research, with the equipment to be delivered to the Central Receiving facility in Huntsville, Alabama, within six weeks after order placement. Interested organizations must submit their capabilities and qualifications to Cody Guidry by 1:00 p.m. Central Standard Time on February 6, 2025, to be considered for this sole source contract.