Powder Bed Fusion Development of Oxide Dispersion Strengthened Alloys
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
NASA/NSSC intends to issue a sole source contract to NORTH AMERICAN MANUFACTURING PROS LLC for Powder Bed Fusion Development of Oxide Dispersion Strengthened Alloys. This notice serves as a market survey to determine if other qualified organizations can perform this effort on a competitive basis. Performance will be at NASA/Glenn Research Center (GRC). Responses are due by May 15, 2026, 4:00 p.m. Central Standard Time.
Scope of Work
The objective is to perform advanced process development and parameter optimization for laser powder bed fusion (L-PBF) of specialty oxide dispersion strengthened (ODS) and burn-resistant nickel-based alloys for NASA GRC. Key tasks include:
- Developing and optimizing L-PBF parameters for specific NASA-developed alloys (ORCAlloy-14, GRX-810, Alloy N ODS, Alloy Z ODS, and other experimental ODS alloys).
- Conducting preliminary print trials, component builds, powder reuse studies, and mechanical validation.
- Providing access to a dedicated EOS M280 L-PBF system with a minimum 432 hours/month availability and 60% print utilization.
- Achieving a minimum of 99.9% relative density for builds.
- Supplying a minimum of 250 kg of GRX-810 powder and 80 lbs of Alloy Z powder with full certifications.
Contract & Timeline
- Type: Sole Source (intended) / Commercial Items or Services (FAR Part 12)
- NAICS Code: 561990 (Miscellaneous Chemical Specialties)
- Period of Development: Three (3) months from Authority to Proceed (ATP).
- Response Due: May 15, 2026, 4:00 p.m. Central Standard Time
- Published: May 12, 2026
Set-Aside & Evaluation
This is an intended sole source procurement to NORTH AMERICAN MANUFACTURING PROS LLC. Interested organizations may submit capabilities and qualifications in writing. Responses will be evaluated solely to determine whether or not to conduct this procurement on a competitive basis. A determination not to compete is at the Government's discretion.
Additional Notes
- Regulatory Requirements: Subject to FAR 52.225-1 (Buy American—Supplies), FAR 52.225-2 (Buy American Certificate), and potentially FAR 52.225-5 (Trade Agreements).
- Country of Origin / Supply Chain: Interested sources must identify country of melt/alloying, atomization/manufacture, final processing/packaging, manufacturer/OEM, and any resellers/subcontractors.
- NASA China Restrictions / Wolf Amendment: Sources must disclose any ownership, control, sourcing, manufacturing, or supply chain involvement with entities connected to the People's Republic of China.
- Capability Statement Information: Must include technical capability, relevant manufacturing/process information, delivery capability, country of origin information, and applicable certifications.
Point of Contact
Laura Quave, Procurement Specialist II, laura.a.quave@nasa.gov