National Aeronautics and Space Administration (NASA)/Marshall Space Flight Center (MSFC) has a continuing requirement to provide a wide range of engineering technicians and other trade skills to perform testing; ground and space-based research; test operations; data analysis; machine and electrical shop operations; and other technical activities. NASA/MSFC intends to extend the current contract 80MSFC23CA004 for up to twelve (12) months via contract modification with the current contractor, RSi-Quantitech JV, LLC on a sole-source basis. NASA intends to execute a Justification for Other Than Full and Open Competition (JOFOC) in order to continue these services. The aforementioned justification provides the rationale for contracting by other than full and open competition to award an extension for up to twelve (12) months. This extension will provide the continuation of services under the Marshall Engineering Technicians and Trades Support (METTS) III services contract through the award of the follow-on METTS IV contract and into the transition phase. This extension will provide uninterrupted engineering, scientific, and technical support services required for the critical phases of the on-going NASA activities.
The METTS III contract covers a wide range of engineering technician and trade skills, and professional and management oversight of the technical staff. The METTS contractor provides direct support to the MSFC Engineering Directorate (ED), the Facilities Management Office (FMO), and other MSFC programs and projects requiring engineering technician and trade support services. The primary ED Departments and Laboratories supported by the METTS contract include the Materials and Process Laboratory, the Space Systems Department, and Test Laboratory. Support is also provided to the ED Propulsion Systems Department and Spacecraft and Vehicle Systems Department.
The contract includes Mission Services Requirements and an Indefinite Delivery Indefinite Quantity (IDIQ) element. Mission Services requirements define the services identified by the Government intended to remain on the contract for its duration, while the IDIQ portion establishes the requirements that may be authorized through the issuance of an individual Task Order (TO).
NASA/MSFC has a responsibility for the Space Launch System (SLS), and SLS receives considerable engineering technician and trade support from the METTS contract to include the following examples: B1B Exploration Upper Stage (EUS) Structural Qualification Test, B1B EUS Transportation Frame, Fabricate Fixed and Mobile Platforms for SLS PAF Assembly Tool, Core Stage Thermal Protection System Testing, Payload Adapter Fitting (PAF), Core Stage Battery Test, Universal Stage Adapter Block 1B Development Test Article (DTA), and Liquid Hydrogen (LH2) QD Test.
The METTS contract provides ongoing support for the International Space Station (ISS) that includes performing fabrication, refurbishment, assembly, precision cleaning, and/or test of hardware for the Environmental Control and Life Support System (ECLSS) subsystems, Four Bed Carbon Dioxide Scrubber (4Bed) Universal Waste Management System (UWMS), Universal Pretreat Concentrate Tank (UPCT), Mini Potable Water Dispenser (MPWD) and the Fluid Relocation on Gateway (FROG).
The METTS contract provides the engineering and technical services for Propellant and Pressurant (P&P) Services and Valve and Component Services to sustain all MSFC operations and testing. This is highly critical support with 24/7 services being performed.
In addition, the METTS contract is providing services to MSFC organizations in support of Commercial Crew and other aerospace projects that require fabrication, modifications, and/or testing. Examples include: multiple SpaceX, Blue Origin, Boeing, Lockheed Martin and Sierra Space projects, United Launch Alliance Instrumentation and Centaur V tests, and RUAG Payload and Interstate Adapter tests.
This action will allow NASA/MSFC to continue receiving highly specialized engineering technician and trade services to support NASA missions without disruption at the appropriate levels through the re-competition process of the METTS III contract.
This recommendation is made pursuant to the statutory authority permitting other than full and open competition of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, “Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.” The rationale supporting the use of 10 U.S.C. 2304(c) (1) is the need to avoid schedule delays to the programs supported by the METTS III contract and to avoid duplication of cost to the Government. Procuring the services from another source would significantly delay critical timelines for the mission. In addition, procuring services from a different source would require significant duplication of cost and effort in order to bring a new vendor to up to speed.
The Government does not intend to acquire a commercial product or commercial service using FAR Part 12.
Information received from this notice shall be used by NASA/MSFC for market research. This notice is not to be construed as a commitment by the Government, nor will the Government pay for information submitted. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Any responses to this notice that are subject to export controlled items should be properly marked as such.
Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Beth Winfield (beth.a.winfield@nasa.gov) and Jose Picon (jose.a.piconmartinez@nasa.gov), not later than 5:00 PM Central Time on Monday, September 8, 2025. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.
NASA 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