E‑1 Controls Upgrade - JF65 - PLC Cabinets
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), specifically the NASA Shared Services Center, is soliciting quotes for E-1 Controls Upgrade - JF65 - PLC Cabinets. This is a Brand Name requirement for Hammond industrial-grade PLC control system enclosures to support the E-1 Controls Upgrade and Expansion effort at Stennis Space Center, MS. This procurement is a Total Small Business Set-Aside. Quotes are due May 4, 2026, at 7:00 AM CT.
Scope of Work
This is a hardware-only procurement. The contractor shall supply and deliver the required quantity of Hammond PLC cabinet enclosures. These enclosures are for new PLC hardware, expanded I/O, and subsystem interfaces for the E1 Test Stand. The scope explicitly excludes installation, testing, integration, or configuration services.
Key Requirements
The required enclosures must be industrial-grade PLC control system cabinets, supporting mounting of CPUs, I/O modules, communication hardware, and wiring. They must provide adequate internal volume, proper cable routing space, and meet NASA-required NEMA protection ratings. Dimensional compatibility with the existing E1 system architecture and adherence to Hammond enclosure standards are critical. The Hammond brand is specified due to its unique compatibility with existing E-Area control systems, standardized layouts, and environmental/safety requirements, as alternatives did not meet critical criteria. Only authorized resellers are solicited.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Contract Type: Firm Fixed-Price (total price TBD)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: 6695 - Combination And Miscellaneous Instruments
- NAICS Code: 334516
- Place of Performance: NASA Stennis Space Center, Stennis Space Center, MS 39529
- Delivery: FOB Destination
Submission & Evaluation
- Quotes Due: May 4, 2026, at 7:00 AM CT
- Submission Method: Email to Shanna.L.Patterson@nasa.gov
- Email Subject Line: Must include tracking number 80NSSC26931079Q
- Quote Validity: 30 days
- Required in Quote: CAGE/UEI Code, Leadtime for delivery, FOB Destination, and two Points of Contact (Name & Email).
- Questions Due: May 1, 2026, at 7:00 AM CT, submitted in writing via email to Shanna.L.Patterson@nasa.gov. Telephone questions will not be accepted.
- Award Basis: Lowest Price Technically Acceptable (LPTA). Offers not technically acceptable will be removed from consideration.
- Eligibility: Offerors must be registered at www.sam.gov.
Additional Notes
The government does not pay by credit card. Various FAR and NFS clauses are incorporated by reference.