Panalytical Empyrean Service Contract Renewal
ID: 80NSSC25900269QvType: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 12:00 PM UTC
Description

NASA's National Aeronautics and Space Administration (NASA) is seeking to renew a service contract for the Panalytical Empyrean X-ray diffraction system, with the intention of issuing a sole-source contract to Malvern Panalytical Inc., the original equipment manufacturer. This contract is essential for providing emergency and scheduled maintenance, ensuring the operational integrity of the equipment critical for aerospace research, as only Malvern Panalytical can deliver the specialized technical support required due to the proprietary nature of the system. The contract is valued for the period from March 15, 2025, to March 14, 2026, and interested organizations must submit their qualifications by 7 a.m. Central Standard Time on April 8, 2025, to Shanna Patterson at shanna.l.patterson@nasa.gov for consideration in the procurement process.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 4:10 PM UTC
The document outlines a Statement of Work for a contractor to deliver emergency and scheduled maintenance for the Malvern Panalytical Empyrean XRD instrument owned by NASA Glenn Research Center. This maintenance agreement covers all hardware associated with the instrument, with certain exceptions. The scope includes unlimited service visits, parts, shipping, and technical support, with a specific focus on labor for emergency situations. A minimum of one preventative maintenance inspection is mandated, with the contractor obliged to respond within 48 hours for inoperable equipment. The government may conduct basic maintenance and simple repairs under the contractor's guidance but retains contractor accountability for successful repairs. All services are to be performed by factory-trained engineers, and costs for third-party items and consumables are excluded from the contract. This document serves to establish clear maintenance responsibilities, ensuring the operational integrity of critical research equipment within the context of federal project specifications.
Apr 4, 2025, 4:10 PM UTC
The NASA Shared Services Center recommends that NASA negotiate exclusively with Malvern Panalytical, Inc. for a service contract concerning the Empyrean x-ray diffraction system. This contract, valued at an estimated cost, will cover the period from March 15, 2025, to March 14, 2026, and is justified under FAR 13.106-1(b)(1) due to the unique requirements of the equipment. The Empyrean system is vital for conducting detailed crystallographic analysis essential for aerospace research, and only Malvern Panalytical, as the original equipment manufacturer (OEM), can provide the necessary technical support. This situation arises from the proprietary nature of the system and its components, requiring specifically trained technicians to ensure accurate maintenance, calibration, and operational integrity. Use of non-OEM services could lead to significant downtime, adversely affecting NASA’s research programs. The provided service documentation and replacement parts are exclusive to Malvern Panalytical, reinforcing the impracticality of competition for this contract. Thus, the document underscores the necessity of this service for maintaining critical NASA operations related to aerospace advancements.
Apr 4, 2025, 4:10 PM UTC
NASA/NSSC seeks to renew a service contract for the Panalytical Empyrean, intending to issue a sole-source contract to Malvern Panalytical Inc., the sole provider for this service. This procurement will be conducted in accordance with FAR Parts 12 and 13, and the NAICS Code assigned is 334516. The performance of this contract will take place at NASA's Glenn Research Center. Interested organizations can submit their qualifications by 7 a.m. Central Standard Time on April 8, 2025. These responses will be evaluated to determine if a competitive procurement process will be pursued, though the government retains discretion over this decision. Oral responses are not permitted. Additionally, potential contractors can find further information regarding the acquisition's ombudsman online. The primary contact for this procurement is Shanna Patterson, a procurement specialist at NASA.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Autoclave Calibration
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is issuing a sole source contract for Autoclave Calibration services, specifically targeting Advanced Processing Technology Inc. as the exclusive provider due to their unique capabilities with proprietary systems. The procurement aims to address critical repairs and calibration of the thermocouple wiring for the Tenney autoclave at NASA's Langley Research Center, ensuring stable temperature readings essential for aerospace operations. This specialized service is vital for maintaining operational efficiency and safeguarding government investments in aerospace initiatives, as engaging alternate vendors could lead to significant risks and increased costs. Interested parties may submit their qualifications to Shanna Patterson at shanna.l.patterson@nasa.gov by 7 a.m. CST on April 18, 2025, to be considered for potential competitive procurement.
iBASEt Annual Update and Support Subscription Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to renew its subscription for the iBASEt Manufacturing Execution System (MES) Annual Update and Support, a critical software solution for managing manufacturing operations at the Marshall Space Flight Center in Huntsville, Alabama. This sole source procurement is essential for maintaining operational integrity, as the iBASEt MES has been utilized for over 17 years, providing vital features such as configuration control and electronic signatures. The contract period is set from May 1, 2025, to April 30, 2026, and interested parties may submit their capabilities and qualifications in writing by 7 a.m. Central Standard Time on April 18, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
FEMAP LICENSES RENEWAL
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew FEMAP licenses through a sole source contract with SDA Software LLC, the sole provider of these licenses. The primary objective of this procurement is to ensure the electronic delivery of a new license file, which is critical for the ongoing operation of time-sensitive projects at NASA's Goddard Space Flight Center (GSFC). Timely renewal of these licenses is essential to prevent delays that could jeopardize project timelines and funding, reflecting the government's commitment to efficient project management. Interested organizations must submit their capabilities and qualifications in writing to Dorothy Baskin at dorothy.s.baskin@nasa.gov by 11:59 a.m. Central Standard Time on April 21, 2025, to be considered for this procurement.
ATOM-5 Additional Option Years and POP Extension
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the contract for ground-based aerospace testing and facilities operations and maintenance services, specifically for projects such as the Sensor and Thermal Protection System Advanced Research (STAR) Lab, Orion Multi-purpose Crew Vehicle (MPCV), and Artemis. This opportunity involves a sole source contract with Amentum Technology, LLC, for an additional 24-month period of performance, or two 1-year option periods, extending the current contract 80ARC022DA001, which is structured as an Indefinite Quantity/Indefinite Delivery contract. Interested organizations are invited to submit their capabilities and qualifications to the Contracting Officer, Jeanne Chun, via email by 3:00 PM Pacific time on April 22, 2025, to determine if the acquisition will be conducted on a competitive basis. The Government's decision regarding competition will be at its discretion, and further details can be found in the applicable NASA Clause 1852.215-84, Ombudsman.
Probe positioners and accessors
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of probe positioners and accessors through Request for Quotation (RFQ) 80NSSC25900999Q. This procurement is a brand-name requirement and is specifically set aside for small businesses, emphasizing compliance with federal regulations and promoting competitive practices. The goods are essential for various NASA operations, ensuring precise measurements and control in aerospace applications. Interested offerors must submit their quotes by April 23, 2025, at noon Central Time, directed to Sara Jusino-Terry via email, and must be registered with the System for Award Management (SAM).
FY25 CASSIE Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew the Comprehensive Adaptive Satellite Sensor Interface Environment (CASSIE) license for fiscal year 2025, specifically through a sole source contract with Astrofrontiers, Inc. The primary objective of this procurement is to secure maintenance support for the CASSIE system, which is crucial for the retrieval, manipulation, and analysis of telemetry data from the Geostationary Operational Environmental Satellites - R Series. This acquisition underscores NASA's commitment to maintaining essential satellite data analysis systems that support environmental monitoring and research efforts. Interested organizations must submit their capabilities and qualifications in writing to Dorothy Baskin at dorothy.s.baskin@nasa.gov by 11:59 a.m. Central Standard Time on April 21, 2025, to be considered for this opportunity.
Space weather Observations at L1 (SOL) Series X-ray Irradiance Sensor (XRIS)
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to issue a Draft Request for Proposal (RFP) for the Space Weather Observations at Lagrange 1 (SOL) X-ray Irradiance Sensor (XRIS) instrument, in collaboration with the National Oceanic and Atmospheric Administration (NOAA). This procurement aims to design, develop, and fabricate two XRIS instruments that will monitor solar activity, providing critical data for predicting solar energetic particle events and their potential impacts on Earth's infrastructure, including aviation and satellite communications. The anticipated contract, expected to be awarded in January 2026, will follow a full and open competition, with a performance period extending through January 2034. Interested parties should direct inquiries to Suzanne Sierra at suzanne.k.sierra@nasa.gov, and monitor the NASA procurement website for updates on the Draft RFP and submission timelines.
5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the 5X Mission Assurance Support Services Recompete, aimed at providing specialized technical engineering services at the Jet Propulsion Laboratory (JPL) in La Canada Flintridge, California. This procurement is a total small business set-aside under NAICS code 541715, focusing on areas such as reliability engineering, quality assurance, and environmental assurance, with the intent to award multiple subcontracts for staff augmentation and task-based services. The selected contractors will play a crucial role in supporting JPL's in-house projects and missions, ensuring compliance with stringent safety and environmental standards. Proposals are due by April 18, 2025, with further inquiries directed to Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or by phone at 818-354-1623.
Star Shade Design, Analysis and Prototyping
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure specialized services for the design, analysis, and prototyping of a starshade, which is crucial for the Hybrid Observatory for Earth-like Exoplanets (HOEE) initiative at the Goddard Space Flight Center. The project aims to develop a lightweight and ultra-compact starshade that will enhance the search for Earth-like exoplanets by improving angular resolution, sensitivity, and contrast in observations. This procurement is significant as it supports NASA's broader goals of exploring complex atmospheres of exoplanets and understanding conditions necessary for life, while ensuring compatibility with existing and future major telescopes. Interested organizations must submit their capabilities and qualifications to Cody Guidry by 3:00 p.m. Central Standard Time on April 17, 2025, as the government intends to issue a sole source contract to OMP INC, the identified sole provider for this effort.
SW - IDEAS (BK Connect).
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) intends to issue a sole source contract for the SW - IDEAS (BK Connect) software to HOTTINGER BRUEL & KJAER INC., the sole provider of this software, under the authority of FAR 13.106-1(b)(1)(i). The procurement aims to secure maintenance and support for the IDEAS software licensing, which is crucial for receiving necessary software patches, support, and upgrades, ensuring compliance with vendor authorization and service continuity. Interested organizations may submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on April 18, 2025, to determine if the procurement will be conducted competitively. For further inquiries, contact Laura Quave, Procurement Specialist, at laura.a.quave@nasa.gov or call 228-813-6420.