Procure an explosion-resistant Armag to utilize as a cured propellant test facility
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) Shared Services Center (NSSC) intends to award a sole source contract to ARMAG CORP for the procurement, fabrication, delivery, and installation of an explosion-resistant Armag facility to be used as a cured propellant test facility at NASA/Marshall Space Flight Center (MSFC) in Huntsville, AL. This requirement is for a specialized, turn-key laboratory solution.
Purpose & Justification
NASA requires a prefabricated Hazard Division (HD) 1.3 cured propellant test facility to support the Solid Propulsion and Pyrotechnic Devices Branch (ER62). Market research indicates that Armag Corporation is the only known vendor capable of providing fully integrated, OEM explosion-resistant laboratories that meet all specified safety and functional requirements, unlike other vendors who only offer storage magazines. This procurement will be conducted as a sole source acquisition under FAR Part 12.
Scope of Work
The facility will be a 30' x 15' x 10' explosion-resistant operations building, constructed to ATF Type 2 magazine specifications. Key features include:
- Integrated explosion-resistant systems: Electrical power distribution (120/208V 3-phase, 100A main, 50A for oven, multiple 120V/20A receptacles), LED lighting, exit lighting, camera receptacles.
- HVAC: Class II, Division 1 explosion-resistant unit (36,000 BTU) and heater.
- Safety & Grounding: Copper bus bar grounding system, isolated ground plates, lightning protection kit, ESD-rated conductive tile flooring, non-sparking work surfaces, eye-wash station, floor drain.
- Security: High-security double exterior doors with ATF-compliant hooded locking systems.
- Interfaces: Through-wall pipe penetrations (up to 4" diameter) for oven exhaust and instrument cabling, exterior NEMA 3R disconnect for 480V oven power.
- Delivery: FOB Destination MSFC, Huntsville, AL.
Contract Details & Timeline
- Contract Type: Sole Source (Combined Synopsis/Solicitation)
- NAICS Code: 337215
- Set-Aside: None (Sole Source)
- Estimated Lead Time: Approximately 30 weeks after drawing approval.
- Estimated Delivery/Availability: August 20, 2027.
- Warranty: 12-month warranty on materials, workmanship, and paint.
Submission & Evaluation
Interested organizations believing they can meet this requirement may submit their capabilities and qualifications in writing to the identified point of contact. Submissions will be evaluated solely to determine if the procurement should be conducted on a competitive basis. The determination not to compete is at the sole discretion of the government.
Key Dates & Contact
- Capabilities Submission Deadline: May 6, 2026, 7 a.m. Central Standard Time.
- Primary Point of Contact: Shanna L. Patterson, Procurement Specialist, shanna.l.patterson@nasa.gov.