Test, Evaluation, and Support Team 4 (TEST4)
ID: TEST4_Industry_DayType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA JOHNSON SPACE CENTERHOUSTON, TX, 77058, USA

NAICS

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

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    NASA's Johnson Space Center (JSC) is seeking industry participation for the Test, Evaluation, and Support Team 4 (TEST4) follow-on contract, which is anticipated to commence in February 2027. This procurement involves a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) hybrid contract that will cover various testing services related to rocket propulsion, oxygen systems, and hypervelocity impact testing, among others. The White Sands Test Facility (WSTF) plays a crucial role in supporting NASA's missions and other government agencies by providing specialized testing and evaluation services. Interested firms are invited to attend a site tour and one-on-one meetings scheduled for January 13-14, 2026, with registration required by January 7, 2026. For further inquiries, potential offerors can contact Regenia M. Goldsmith at jsc-wstf-test4@mail.nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA's Johnson Space Center/White Sands Test Facility (WSTF) hosted an Industry Day for the Test Evaluation and Support Team 4 (TEST4) acquisition. The event provided an overview of the proposed TEST4 contract, aiming to promote competition and foster industry understanding of NASA's vision. The TEST4 contract, anticipated to begin in February 2027, is a 5-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) hybrid contract with both Cost Plus Award Fee and Firm-Fixed-Price Task Orders. It will cover rocket propulsion, oxygen systems, composite pressure systems, hypervelocity impact testing, propellant and aerospace fluids testing, spaceflight component services, and flight acceptance standard tests. NASA encouraged industry feedback and outlined a procurement schedule including a draft RFP in March 2026, a final RFP in April 2026, and an award in October 2026. One-on-one meetings and a site tour are scheduled for January 2026.
    NASA's Johnson Space Center/White Sands Test Facility (WSTF) hosted an Industry Day for the Test Evaluation and Support Team 4 (TEST4) acquisition. The event provided an overview of the proposed TEST4 acquisition, work at WSTF, and promoted competition. Key topics included WSTF's mission in testing materials and propulsion systems, its core capabilities in rocket propulsion, oxygen systems, and hypervelocity impact testing, and its customer base including NASA programs and other government agencies. The anticipated TEST4 contract, starting February 1, 2027, will be an Indefinite-Delivery, Indefinite-Quantity (IDIQ) hybrid with Cost Plus Award Fee and Firm-Fixed-Price Task Orders. A draft Request for Proposal (RFP) is expected in March 2026, with the final RFP in April 2026 and award in October 2026. One-on-one meetings are scheduled for January 2026.
    The document outlines the registration requirements for the TEST4 Virtual Industry Day, an event likely related to government contracting opportunities such as RFPs or grants. Prospective attendees are required to provide essential company information, including company name, email address, phone number, business size, socioeconomic status, and CAGE Code. Additionally, the registration mandates the name of each attendee, limiting participation to a maximum of four individuals per company. This information collection facilitates event organization and ensures that participants meet specific criteria relevant to government procurement processes.
    The provided document outlines a registration form for a site tour and one-on-one meetings, likely associated with a government Request for Proposal (RFP) or a similar procurement process. The form collects essential participant information, including company name, email, phone number, and legal name of attendees. It also screens for Real ID compliance, US citizenship or legal permanent residency, and indicates participation in either the site tour or one-on-one meeting. The document specifies limits on the number of attendees per company for both the site tour (two) and one-on-one meetings (four). This registration process aims to manage access and gather necessary credentials for potential bidders or interested parties engaging with a government entity.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    National Aeronautics And Space Administration
    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.
    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.
    Jet Propellant Thermally Stable (JPTS) Jet Fuel
    National Aeronautics And Space Administration
    NASA's Armstrong Flight Research Center is seeking information from potential sources for the production of Jet Propellant Thermally Stable (JPTS) jet fuel to support its ER-2 Airborne Science Program aircraft. The fuel must comply with the draft Military Detail Specification (MIL-DTL)-25524H(USAF) dated October 8, 2025, which outlines the chemical and physical requirements, including necessary additives and testing methods for qualification and conformance inspections. This procurement is crucial for ensuring the operational readiness of military weapon systems that utilize JPTS fuel, with an estimated annual production of 125,000 gallons over a ten-year period. Interested firms are encouraged to submit capability statements, including anticipated subcontracting goals for various socioeconomic categories, by January 5, 2025, to Jenni Schnarr at jennifer.schnarr@nasa.gov, referencing notice number 80AFRC26SS0001.
    Kennedy Space Center (KSC) Crewed Launch Support Services
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for Crewed Launch Support Services at the Kennedy Space Center (KSC) in Florida, specifically for Maintenance of Traffic (MOT) and Temporary Traffic Control (TTC) during crewed space launch events. The contractor will be responsible for providing all necessary personnel, materials, and equipment to ensure safe and efficient traffic flow at three designated KSC long gate locations, including the setup of traffic cones, portable toilets, stop signs, and portable light plants for nighttime operations. This procurement is critical for maintaining security and operational efficiency during approximately 15-20 anticipated launches over a five-year period. Interested small businesses must submit their quotes by January 2, 2026, with questions accepted until December 23, 2025; for further inquiries, contact Kimberly Thomas at kimberly.d.thomas@nasa.gov or Steven R. Wood at steven.r.wood@nasa.gov.
    Entry Systems Technology Research and Development (ESTRAD) Extension 3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the Entry Systems Technology Research and Development (ESTRAD) contract through a Justification for Other than Full and Open Competition (JOFOC). This procurement aims to continue research and development activities related to space R&D services, space flight, and basic research, which are critical for advancing NASA's objectives in aeronautics and space exploration. The performance will take place in California, specifically in the city of Moffett Field, with Rachel Jandron as the primary contact for inquiries at Rachel.A.Jandron@nasa.gov. Further details can be found in the attached JOFOC document, which outlines the justification for this procurement approach.
    Extravehicular Activity and Human Surface Mobility Technologies - A New Partnering Opportunity
    National Aeronautics And Space Administration
    NASA's Johnson Space Center is seeking partners to advance technologies related to Extravehicular Activity (EVA) and Human Surface Mobility (HSM) in support of the Artemis missions. The objective is to develop safe, reliable, and effective capabilities that enable astronauts to operate outside spacecraft on and around the Moon, with a focus on high-risk technologies that enhance mission success and productivity. This initiative is crucial for establishing a long-term human presence on the Moon and preparing for future Mars missions. Interested parties should submit their responses by January 16, 2027, and can contact the Technology Development and Partnerships Manager, Stephanie A. Sipila, at stephanie.a.sipila@nasa.gov for further information.
    Justification for Other than Full and Open Competition (JOFOC) Posting - James Webb Space Telescope Phase E Operations and Sustainment
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to justify a sole-source contract for the James Webb Space Telescope (JWST) Phase E Operations and Sustainment, specifically with Northrop Grumman Systems Corporation (NG). This contract will ensure continuous operational support for the JWST mission for 4.5 years following the initial six months post-launch, leveraging NG's unique expertise as the prime contractor responsible for the telescope's design, development, integration, and testing. The decision to award this contract without full and open competition is based on NG's exclusive knowledge of the specialized hardware and software required for the JWST, which is critical for maintaining the observatory's health and safety. For further inquiries, interested parties can contact Bruce Tsai at Bruce.B.Tsai@nasa.gov or by phone at 240-684-0428.
    Moon to Mars NextSTEP-3 Appendix B, Architecture Studies
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to release a solicitation for the Moon to Mars NextSTEP-3 Appendix B, focusing on architecture studies aimed at addressing gaps in the Moon to Mars exploration framework. This initiative seeks industry-led participation in developing and refining architectural concepts and conducting risk-reduction activities that support long-term human-led scientific discovery in deep space. The solicitation will utilize a Multiple Award Task Order Contract (MATOC) structure, allowing for both directed-topic and open-topic calls, with the first directed-topic studies anticipated to focus on lunar power infrastructure and Mars crew transportation concepts. Interested parties should note that the solicitation is expected to be released on January 30, 2026, and must register for an Industry Day on January 22, 2026, to gain further insights into the procurement process. For more information, potential offerors can contact Maranda McCord or Lisa Grady via their provided email addresses.
    Space Technology Research, Development, Demonstration, and Infusion (SpaceTech REDDI-2026)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is set to release a presolicitation for the "Space Technology Research, Development, Demonstration, and Infusion-2026 (SpaceTech-REDDI-2026)" initiative around December 9, 2025. This opportunity aims to solicit proposals through various Appendices under the Umbrella NASA Research Announcement (NRA), focusing on advancing U.S. space technology innovation and competitiveness, while fostering economic growth within the expanding space economy. Interested parties are encouraged to monitor the NSPIRES website for updates and can submit inquiries to HQ-STMD-SpaceTech-REDDI@nasaprs.com, as the solicitation will remain open for one year with annual releases anticipated.
    Chamber Services for decompression sickness testing of exercise countermeasures.
    National Aeronautics And Space Administration
    NASA's 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-1. The procurement involves 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 extravehicular activities (EVAs). Facilities must demonstrate proven capabilities in conducting pilot chamber tests, subject recruitment, and data collection, while adhering to strict medical monitoring and safety protocols. Interested vendors should contact Shanna Patterson at shanna.l.patterson@nasa.gov and reference the tracking number in their submissions, as the procurement is firm fixed price and does not allow payment by credit card.