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
    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
    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.
    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.
    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
    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.
    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.
    Siemens Power Session Subscription Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its subscription for Siemens Power Session, a specialized software service provided exclusively by Siemens Industry Software Inc. This procurement involves a 12-month subscription to Simcenter STAR-CCM+ software, which includes Power Session and additional user licenses, to be utilized by concurrent users at the NASA Glenn Research Center in Cleveland, OH. The subscription period is set from December 1, 2025, to November 30, 2026, and will adhere to FAR Part 12 and FAR Part 13 guidelines, with a focus on the integration of Artificial Intelligence technologies as outlined in OMB memo M-25-22. Interested organizations may submit their capabilities and qualifications to Laura Quave at laura.a.quave@nasa.gov by 4:00 p.m. Central Standard Time on December 18, 2025, to potentially contest the sole source determination.
    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.
    Unison Software Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its Unison Software license, specifically the FY25 Unison CE TruePlanning Software, which is critical for cost engineering at the Johnson Space Center (JSC) in Houston, Texas. This procurement involves a sole-source contract with Unison Cost Engineering LLC, as they are the exclusive provider of this software, which includes various components, catalogs, and parametric models necessary for effective cost management. The contract period for this renewal is set from March 1, 2026, to February 28, 2027, and will incorporate specific clauses regarding the use of Artificial Intelligence (AI) technologies during contract performance. Interested organizations are invited to submit their capabilities by 1 p.m. CST on December 18, 2025, to Cara Craft at cara.s.craft@nasa.gov for evaluation, with the government retaining discretion on whether to proceed competitively.
    Sole Source to MA Tech Services Inc. - Spectrometer Maintenance and One Option Year
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking a sole-source contract with MA Tech Services Inc. for the maintenance of spectrometers, including an option for one additional year of service. This procurement is justified as MA Tech Services Inc. is the original manufacturer and the only qualified provider capable of ensuring optimal system performance, thereby preventing costly delays or errors. The contract will adhere to federal acquisition regulations and emphasizes the importance of cybersecurity and compliance with defense-related standards. Interested parties can reach out to Terra Roberts at terra.s.roberts.civ@us.navy.mil or Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil for further details, and all quotes must be submitted by the specified deadline along with required supporting documents.
    Establishment of Data Pipeline via Global Network of Meteor Radars
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to establish a data pipeline through a global network of meteor radars, specifically requiring the recovery, standardization, and operationalization of meteor radar data streams from six international SKiYMET sites located in Brazil, Australia, and Indonesia. The contractor will be responsible for restoring operations at these sites, configuring them to produce WMO-compliant BUFR products for distribution via the NCEP Global Telecommunication System (GTS), and ensuring the establishment of reliable data pipelines over a performance period extending to September 30, 2027, with potential for extension. This procurement is critical for supporting upper-atmospheric research and space-weather forecasting, and interested organizations must submit their capabilities and qualifications to the designated contacts by 2:30 p.m. Central Standard Time on December 18, 2025, to be considered for this sole source contract with ARGON CONCEPTUAL SYSTEMS, LLC. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov.
    SNA Software LLC. Limited Source Justification
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.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.