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
    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
    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.
    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.
    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
    Similar Opportunities
    Notice of Sole Source Justification: Velo3D Sapphire Additive Manufacturing System 1-Year Lease
    National Aeronautics And Space Administration
    NASA's Marshall Space Flight Center (MSFC) is seeking to award a sole source contract for a one-year lease of the Velo3D Sapphire Metal Additive Manufacturing (AM) System from Velo3D Inc. This procurement is critical for NASA's evaluation and certification of flight components for the Human Landing System (HLS) and Space Launch System (SLS) vehicles, as hands-on experience with this specific machine is necessary to ensure safety and compliance in manufacturing processes. The Velo3D Sapphire system is uniquely positioned to meet the high-risk evaluation needs identified by the NASA Engineering Safety Center (NESC), which is managing this project. Interested parties can direct inquiries to Yong Castillo at yong.h.castillo@nasa.gov or Sadie Moulton at sadie.m.moulton@nasa.gov for further details.
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    DTS SLICE NANO Hardware
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure DTS SLICE NANO Hardware from Diversified Technical Systems, Inc. (DTS) as a sole source requirement. This procurement is critical for replacing systems that were damaged during SpaceX Bay 12 testing, specifically for the Anthropomorphic Test Device (ATD) used at NASA Langley Research Center (LaRC) for crash testing. The DTS SLICE NANO system is essential for maintaining operational continuity and ensuring the integrity of critical instrumentation data during tests, as utilizing an alternative vendor would jeopardize ongoing operations and lead to significant delays and costs. Interested organizations may submit their capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as the government retains discretion on whether to conduct a competitive procurement process.
    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.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    Integration and Setup of Nokia Equipment Services & Vinco Services
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract to VINCO INC for the integration and setup of Nokia Equipment Services and Vinco Services, which are critical for supporting initiatives at the Johnson Space Center and Glenn Research Center. The procurement involves the provision and integration of specific Nokia hardware, including 5G and 4G Radio Remote Heads (RRHs) and Baseband Units (BBUs), with responsibilities including initial configuration, shipping, and final on-site integration. Interested organizations are invited to submit their capabilities and qualifications by December 16, 2025, for potential evaluation, although the government reserves the right to proceed with a non-competitive acquisition. For further inquiries, interested parties may contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    LaRC Abaqus Software Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.