Maintenance and support for Goddard-owned Oxford Instruments equipment in Code 553
ID: 80NSSC25892676QType: Special Notice
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 2:00 PM UTC
Description

NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract for maintenance and support of Goddard-owned Oxford Instruments equipment located at the Goddard Space Flight Center in Greenbelt, Maryland. The procurement specifically targets maintenance services for two processing systems, the PlasmaPro 100 Estrelas and PlasmaPro 100 Cobra, which are critical for silicon device fabrication, ensuring reliable operations and minimizing disruptions in detector development activities. The contract will be awarded to Oxford Instruments America, Inc., the only vendor capable of providing the necessary proprietary parts and technical support, with a performance period extending through February 1, 2026. Interested parties may submit their qualifications by April 7, 2025, and should direct inquiries to Tessa Martinez at tessa.m.martinez@nasa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 1:04 PM UTC
The Statement of Work outlines the maintenance and support requirements for two Oxford Instruments processing systems at NASA's Goddard Space Flight Center, used in silicon device fabrication. The document details the vendor's responsibilities, including providing a Comprehensive Support Agreement for the PlasmaPro 100 Estrelas with specific preventive maintenance, technical support, and parts replacement until February 1, 2026. Additionally, it covers a Self Sufficiency Support Package for the PlasmaPro 100 Cobra, detailing necessary technical and preventive maintenance support. The place of performance is specified as the Goddard Space Flight Center in Maryland, with designated points of contact for each system. Overall, the document emphasizes the importance of regular maintenance to ensure reliable operations and minimize disruptions in the facility's detector development activities.
Apr 2, 2025, 1:04 PM UTC
The NASA Shared Services Center recommends negotiating solely with Oxford Instruments America, Inc. for maintenance and support of two NASA-owned process systems, with a projected performance period extending through February 1, 2026. The rationale for selecting this vendor centers on the necessity for specific parts and proprietary access required for Goddard-owned equipment, which other vendors lack. It is noted that in the semiconductor sector, manufacturers typically do not supply parts for competitors' equipment, making alternative contractors unviable. Utilizing an unauthorized vendor could lead to equipment damage and subsequent cost and schedule delays for the government. Overall, the document emphasizes the unique qualifications of the original manufacturer as the only reliable source for servicing these systems, underscoring the potential risks and impacts of deviating from this recommendation.
Apr 2, 2025, 1:04 PM UTC
NASA's National Suborbital Science Center (NSSC) requires maintenance and support for Oxford Instruments equipment owned by the Goddard Space Flight Center (GSFC). A sole source contract will be awarded to Oxford Instruments America, Inc., the only provider capable of fulfilling this need, under the authority of FAR 13.106-1(b)(1)(i). The procurement aims to acquire commercial items and services, adhering to FAR Parts 12 and 13 regulations. Organizations interested in this contract are invited to submit their qualifications by April 7, 2025, for evaluation purposes; however, the government retains discretion over whether to pursue competitive bids. Oral communications are not permitted in response to this notice. Specific contact information for inquiries is provided, along with the applicable Ombudsman clause to ensure transparency in the acquisition process. The North American Industry Classification System (NAICS) code for this procurement is 811210.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
NbTES bolometer installation
Buyer not available
NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking a contractor for the installation of a NbTES bolometer, aimed at upgrading an existing bolometric detector system to enhance its capabilities. The project involves adding a second detector that operates at frequencies up to 10 THz, which is critical for advancing NASA's research and operational capabilities in high-frequency detection. The work will be performed at the vendor's facility, with a warranty period of two years from the date of receipt, and the procurement is set aside for small businesses under FAR 19.5. Interested organizations must submit their qualifications to Dorothy Baskin at dorothy.s.baskin@nasa.gov by 11:59 a.m. Central Standard Time on April 29, 2025, to be considered for this sole source contract.
SmartScope Flash 670
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a SmartScope Flash 670 system, a specialized 3D multisensor measurement system essential for precise dimensional measurements at its Kennedy Space Center in Florida. This procurement is set aside for small businesses and involves a sole-source acquisition from Optical Gaging Products (OGP), emphasizing the necessity of compatibility and timely service due to Florida Metrology's established relationship with NASA. The system, which includes advanced optics and metrology software, is crucial for supporting research and development activities, with an estimated cost of $177,520 and a delivery timeframe of 22-24 weeks. Interested parties should contact Cara Craft at cara.s.craft@nasa.gov, with submissions due by April 30, 2025.
Vacuum Chamber 1.1 for LESTR 2- additional parts specified in SOW
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a vacuum chamber, designated as Vacuum Chamber 1.1 for LESTR, along with additional specified parts as outlined in the Statement of Work (SOW). This procurement is critical for NASA's operations, as the vacuum chamber will play a significant role in various testing and research applications within the agency. Interested small businesses must register at www.sam.gov and submit their quotes by April 29, 2025, while adhering to specific compliance requirements regarding telecommunications, labor practices, and foreign ownership. For further inquiries, potential offerors can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
Lunar Environment Structural Test Rig Vacuum Pumping System
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a vacuum pumping system specifically designed for the Lunar Environment Structural Test Rig, with a focus on brand-name equipment from Edwards, including the Next85D Pump Package and nXDS6i Scroll Pump. This procurement is critical for achieving cryogenic structural testing and validation in support of NASA's Artemis program, emphasizing the need for high-performance vacuum handling systems capable of operating at pressures of 1E-6 Torr or better. Interested small businesses must adhere to detailed submission instructions outlined in the Request for Quotation (RFQ), with a proposal deadline set for May 1, 2025. For further inquiries, potential offerors can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420, referencing Notice ID 80NSSC25901515Q.
CONCEPTS NREC Agile Annual Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) intends to issue a sole source contract for the annual renewal of technical, maintenance, and upgrade support for the Concepts NREC Agile Products, a suite of integrated turbomachinery design software. This procurement is critical for ensuring the software remains functional and up-to-date to meet the operational needs of the Marshall Space Flight Center (MSFC), thereby facilitating ongoing improvements in turbomachinery design. Interested organizations are invited to submit their capabilities and qualifications by 2:00 PM Central Standard Time on April 28, 2025, to determine if competitive procurement is feasible, with Laura Quave serving as the primary point of contact for inquiries at laura.a.quave@nasa.gov or 228-813-6420.
Matrox Transmitter and Receiver
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for a Matrox Transmitter and Receiver under RFQ number 80NSSC25901617Q, specifically targeting small businesses. This procurement involves a Brand Name or Equal requirement, with detailed specifications outlined in the accompanying Statement of Work, and aims to ensure compliance with federal telecommunications standards and regulations. Interested offerors must submit their quotes via email by April 28, 2025, and are encouraged to address any questions in writing by April 24, 2025, while ensuring their quotes remain valid for 30 days. For further inquiries, potential bidders can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
CP32 - 532 nm MOPA laser/ QTY 1
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the procurement of a 532 nm MOPA laser, which is essential for conducting target signature tests on retroreflector arrays intended for satellite applications. The laser must meet specific technical criteria, including air cooling, a compact footprint, pulse durations under 100 picoseconds, and a repetition rate of up to 2 kHz, with successful delivery required within 10 weeks to the Goddard Space Flight Center. This procurement is part of NASA's broader initiative to enhance optical technology for space exploration, emphasizing compliance with federal acquisition regulations. Interested parties must submit their quotes by April 30, 2025, to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, and must be registered in the System for Award Management (SAM) to be eligible.
Haas Desktop CNC Mill and Control System
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.
Oxygen Transmission Rate (OTR) Film Testing
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide Oxygen Transmission Rate (OTR) Film Testing Services to support the Inflatable Softgoods Test Program at the Johnson Space Center in Houston, Texas. The contractor will conduct OTR tests on 80 specimens in accordance with ASTM D3985 standards, utilizing controlled conditions of 100% oxygen, humidity, and specified temperature ranges, with testing scheduled in five batches from May 2025 to February 2026. This testing is crucial for advancing NASA's research in material science and ensuring safety in aerospace applications. Interested vendors must submit their quotes by April 28, 2025, and direct any questions to Cara Craft at cara.s.craft@nasa.gov, ensuring they are registered in the System for Award Management (SAM) to be eligible for the contract.
FY25 AVEVA Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its AVEVA software licenses for the fiscal year 2025, with a focus on maintaining operational efficiency at the Glenn Research Center (GRC). The procurement involves a sole source contract with Q MATION INC for the renewal of various software licenses, including a Standard Level AVEVA Customer FIRST Agreement and the Win911 Pro Subscription, along with converting certain perpetual licenses into subscription-based services. This renewal is critical for ensuring continued access to software upgrades, technical assistance, and management tools necessary for NASA GRC's daily operations. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on April 29, 2025, to be considered for this procurement.