Additively Manufactured Ti64 and Ni718 Very High Cycle Fatigue Test Bars
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 ATI LADISH LLC for Additively Manufactured Ti64 and Ni718 Very High Cycle Fatigue Test Bars. This Solicitation is for commercial items under FAR Part 12, with performance located at NASA/Marshall Space Flight Center (MSFC). Interested organizations may submit capabilities and qualifications by April 30, 2026, 2:00 p.m. Central Standard Time.
Scope of Work
This opportunity is for Additively Manufactured Ti64 and Ni718 Very High Cycle Fatigue Test Bars. The attached Statement of Work (SOW) details the fabrication and post-processing of additively manufactured GRCop-42 test specimens for evaluating very high cycle fatigue and thin wall tensile properties. The SOW outlines tasks including the production of specimens according to NASA-provided dimensions and models, ensuring no witness lines, restarts, or coater arm tears. Post-processing involves de-powdering, removal from build plate via EDM, and coordination for Hot Isostatic Pressing (HIP) operations, including vacuum nucleation.
Contract Details
- Type: Intended Sole Source (FAR Part 12 for Commercial Items)
- NAICS Code: 332117
- Product/Service Code: 6640 (Laboratory Equipment And Supplies)
- Place of Performance: NASA/Marshall Space Flight Center (MSFC), Huntsville, AL. Deliverables to Central Receiving, Bldg 4631, NASA Marshall Space Flight Center.
- Period of Performance: Six (6) weeks from contract award.
Submission & Evaluation
- Response Due: April 30, 2026, 2:00 p.m. Central Standard Time.
- Submission: Interested organizations may submit written capabilities and qualifications to the identified point of contact. Oral communications are not acceptable.
- Evaluation: Submissions will be evaluated solely to determine whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete is solely within its discretion.
Key Requirements (from SOW for GRCop-alloy hardware)
- Fabrication using powder bed fusion (PBF) additive manufacturing.
- Vendor to provide material.
- Achieve a minimum density of 99.2% in the as-built condition prior to post-processing.
- Remove test bars from the build plate by wire EDM.
- Set aside one blank bar and one thin section tensile coupon in as-printed condition for NASA pickup.
- Provide documentation on powder lots used, including chemical composition and powder certificate.
- Complete Hot Isostatic Pressing (HIP) according to NASA processing parameters.
- As-built surface finish required; no media blasting.
- Report any anomalies during the build process to the NASA Technical Point of Contact.
- Deliver parts to Marshall Space Flight Center.
- Provide a basic build package including build anomalies and process validation data.
- Specimen Matrix: Includes various quantities of As-Printed HCF, Near Net Shape HCF, As Printed RT USF Bars, Near Net Shape RT USF Bars, Near Net Shape Elevated Temp USF Bars, Blank Cylinders, and Thin Section Tensile Coupons.
Additional Notes
- NASA FAR Supplement Clause 1852.215-84, Ombudsman, is applicable. Information can be found at the provided link.
- All correspondence should reference Notice ID 80NSSC26931210Q in the subject line.
- Primary Point of Contact: Laura Quave, Procurement Specialist II, laura.a.quave@nasa.gov.