Chamber Services for decompression sickness testing of exercise countermeasures.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Aeronautics and Space Administration (NASA), through its Shared Services Center, is soliciting quotes for Chamber Services for decompression sickness testing of exercise countermeasures. This is a Brand Name or Equivalent requirement, issued as a Combined Synopsis/Solicitation. The procurement is a Small Business Set-Aside. Quotes are due by January 29, 2026, at 7 a.m. CT.
Scope of Work
This opportunity seeks services to conduct hypobaric testing to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER). The primary objective is to collect data on the effects of exercise during prebreathe prior to a simulated Extravehicular Activity (EVA) as a potential mitigation strategy for Decompression Sickness (DCS). The scope includes:
- Data collection for six (6) subjects across control and two experimental conditions.
- Subject recruitment, screening, peak aerobic capacity (VO2pk) testing, and familiarization.
- Performing three decompression trials per subject (control, low exercise, moderate exercise).
- Simulating a 6-hour EVA with standardized monitoring, specific tasks, and work rates.
- Comprehensive medical monitoring, including physical examinations, ultrasound imaging for venous gas emboli (VGE), and symptom monitoring.
- Assessment of subjects for Patent Foramen Ovale (PFO).
- Delivery of electronic records of all collected data to NASA within 14 days of each test run.
Key Requirements & Capabilities
Offerors must demonstrate capabilities including:
- Completion of pilot chamber tests with documented resolution of any deficiencies.
- Ability to perform a 6-hour prebreathe followed by a 6-hour EVA simulation (100% O2), including chamber hardware integration.
- Provision of appropriate medical support for pre-chamber physicals, monitoring during protocol, and post-protocol follow-up.
- Experience in monitoring and interpreting 2-D ultrasound and Doppler, and monitoring subject symptoms of DCS.
- Capability to simulate suit environments by depressurizing to 4.3 psia before EVA simulation.
- EVA simulation using eight stations in a repetitive series of tasks, with specific work rates and cadence.
- Monitoring and recording cardiac cycles and documenting subject compliance and operator observations.
- The prime offeror must possess the required experience; the effort is not designed to be split between two contractors.
Contract Details
- Contract Type: Request for Quotation (RFQ) for commercial items.
- Place of Performance: The offeror's hypobaric/altitude chamber facility. NASA technical experts will be at Johnson Space Center, Houston, TX.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Payment: The government does not pay by credit card. Subject travel costs, if required, should be included in the firm-fixed-price quote. NASA will pay for NASA or contractor travel.
- NAICS Code: 621511 (Other Special Studies And Analysis).
Submission & Questions
- Quotes Due: January 29, 2026, at 7 a.m. CT.
- Submission Method: Email to Shanna.l.Patterson@nasa.gov.
- Email Subject Line: Must reference the tracking number 80NSSC26920179Q-1.
- Quote Requirements: Include CAGE/UEI Code, FOB Destination, Leadtime for Delivery, POC Name & Email, and two points of contact. Quotes shall remain valid for 30 days.
- Questions Due: January 28, 2026, at 7 a.m. CT, via email to Shanna.l.Patterson@nasa.gov. Telephone questions will not be accepted.
Eligibility & Notes
- This procurement is a Small Business Set-Aside.
- Offerors must be registered at www.sam.gov to be considered for award.
- Specific provisions regarding Telecommunications and Video Surveillance Services (52.204-24 and 52.204-26) must be completed and returned with the quote.