Loading...
80NSSC26932345Q
Response Deadline
May 15, 2026, 9:00 PM(CDT)2 days
Eligibility
Contract Type
Solicitation
All correspondence should reference Notice ID 80NSSC26932345Q in the subject line.
Synopsis:
NASA/NSSC has a requirement for Powder Bed Fusion Development of Oxide Dispersion Strengthened Alloys.
NASA/NSSC intends to issue a sole source contract to NORTH AMERICAN MANUFACTURING PROS LLC 29176 Al Highway 53 Ardmore, Alabama 35739 United States under the authority of FAR 12.102(a). It has been determined that NORTH AMERICAN MANUFACTURING PROS LLC is the sole provider of Powder Bed Fusion Development of Oxide Dispersion Strengthened Alloys.
NASA/NSSC will be the procuring center for this effort. Performance will be located at NASA/ Glenn Research Center (GRC).
The Government intends to acquire Commercial items or services using the provisions, clauses and procedures prescribed in FAR Part 12 for Commercial
The NAICS Code for this procurement is 561990.
Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:00 p.m. Central Standard Time on 5/15/2026. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government.
Oral communications are not acceptable in response to this notice.
NASA FAR Supplement Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf .
Applicable Regulatory Requirements
This requirement is subject to applicable Federal acquisition regulations, including but not limited to FAR 52.225-1, Buy American—Supplies, and FAR 52.225-2, Buy American Certificate. If the acquisition exceeds the applicable Trade Agreements Act threshold, FAR 52.225-5, Trade Agreements, may apply in lieu of FAR 52.225-1.
Country of Origin / Supply Chain Information
Interested sources shall identify:
• Country of melt and alloying
• Country of atomization/manufacture
• Country of final processing and packaging
• Manufacturer/OEM information
• Any resellers, subcontractors, or suppliers involved in production
The Government may request supporting documentation to validate country of origin and compliance with applicable statutory and regulatory requirements.
NASA China Restrictions / Wolf Amendment
This requirement is subject to NASA appropriations restrictions applicable to procurements involving the People’s Republic of China (“Wolf Amendment”). Sources responding to this notice shall disclose any ownership, control, sourcing, manufacturing, or supply chain involvement associated with entities connected to the People’s Republic of China.
Capability Statement Information
Interested sources shall provide:
• Technical capability demonstrating compliance with the requirement
• Relevant manufacturing/process information
• Delivery capability
• Country of origin information
• Any applicable certifications or supporting documentation
Responses will be evaluated solely for the purpose of determining whether this requirement should be competed.
Primary Point of Contact:
Laura Quave
Procurement Specialist II
laura.a.quave@nasa.gov
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
NASA SHARED SERVICES CENTER
NASA SHARED SERVICES CENTER
JERRY HLASS ROAD, BLDG. 1111
STENNIS SPACE CENTER, MS, 39529
NAICS
All Other Support Services
PSC
MISCELLANEOUS CHEMICAL SPECIALTIES