Temperature & Humidity Equipment Conditioning Unit for ECLSS SBAR System
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 award a sole source contract to RUSSELLS TECHNICAL PRODUCTS INC for a Temperature & Humidity Equipment Conditioning Unit for the ECLSS SBAR System. This unit is critical for advanced testing and development of the Sorbent Based Atmospheric Revitalization (SBAR) system at Marshall Space Flight Center (MSFC). The purpose of this special notice is to determine if other qualified organizations can perform this effort on a competitive basis. Responses are due March 16, 2026.
Scope of Work
The requirement is for a temperature and humidity conditioning system designed to simulate inlet air conditions in cabin scenarios. This system will be used to evaluate SBAR performance in low-pressure environments. Key technical requirements include:
- Dimensions: No larger than 54" W x 50" D x 76" H.
- Performance: Capable of providing conditioned air at 6 – 35 scfm, simulating a wide range of temperatures and humidity.
- Accuracy: ±1°C dry bulb air temperature, ±5% RH (above +45°F dewpoint), ±10% RH (below +45°F dewpoint).
- Features: Touch screen control (mounted no higher than 48 inches), user-definable graphical trending, data logging, data export, solid-state humidity sensor, inline thermal mass flowmeter, safety features (over-temperature, hi/low pressure, fuses, circuit breakers, thermal overloads), non-explosive/non-ozone depleting refrigerants compliant with EPA SNAP regulations.
- Electrical: 460 volt, 3 phase, 60 hertz.
- Special Requirements: System monitoring and preventative maintenance settings, main power disconnect switch, E-stop, evaporator pressure regulator, auto-switchover of supply air source (Missile grade or fresh air), and product temperature control to a remote sensor.
Contract & Timeline
- Type: Special Notice (Sole Source Intent)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). The Government intends to issue a sole source contract, but is seeking capabilities from other interested organizations to determine if a competitive procurement is possible.
- NAICS Code: 238220
- Response Due: March 16, 2026, 2:00 p.m. Central Standard Time
- Published: March 11, 2026
- Delivery Timeline: No later than 7 months after award at Marshall Space Flight Center, Huntsville, AL.
Evaluation
Capabilities and qualifications submitted by interested organizations will be evaluated solely to determine if this procurement can be conducted on a competitive basis. A determination by the Government not to compete this proposed effort, based upon responses to this notice, is solely within the discretion of the government.
Additional Notes
This acquisition will utilize provisions, clauses, and procedures prescribed in FAR Part 12 and FAR Part 13 for commercial items and services. NASA Clause 1852.215-84, Ombudsman, is applicable.
- Primary Point of Contact: Monica D Wilson (Monica.d.wilson@nasa.gov)
- Secondary Point of Contact: Shari Trigg (shari.trigg@nasa.gov)