One (1) Medium Voltage (MV) Transformer for NASA - John C. Stennis Space Center
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 one (1) Medium Voltage (MV) Transformer for the John C. Stennis Space Center. This is a 100% Total Small Business Set-Aside combined synopsis/solicitation. The Government anticipates awarding a Firm-Fixed-Price (FFP) Purchase Order based on a Lowest Price Technically Acceptable (LPTA) evaluation. Quotes are due by May 27, 2026, at 2:00 PM CST.
Scope of Work
This requirement is for the purchase and delivery of one medium voltage (MV) pad-mounted transformer to support electrical power upgrades at NASA John C. Stennis Space Center's High-Pressure Gas Facility (HPGF). The scope includes furnishing, testing, and delivering a fully compliant transformer assembly suitable for pad-mount installation. Key technical requirements include a 15 kV class primary, 4160 V secondary (3-phase), 5,000 kVA capacity, 60 Hz frequency, stainless steel tank, copper windings, and mineral oil dielectric. The contractor must maintain an ISO 9001 compliant quality system. The effort excludes installation and construction services.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) Purchase Order
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 335311, Size Standard: 800 employees)
- Place of Performance/Delivery: NASA John C. Stennis Space Center, MS 39529
- Required Delivery: On-site no later than May 2027 (or earlier), with an approximate 53-week manufacturing lead time.
- Questions Due: May 15, 2026, 12:30 PM CST
- Quote Submission Deadline: May 27, 2026, 2:00 PM CST
- Offer Validity: 90 calendar days from receipt of offers
Evaluation Factors
Award will be made using the Lowest Price Technically Acceptable (LPTA) method. Quotes will be ranked by total evaluated price (lowest to highest). The lowest-priced offer will be evaluated first for technical acceptability. If acceptable, the award will be made, subject to price reasonableness. If unacceptable, the next lowest-priced offer will be evaluated.
- Factor 1: Technical Acceptability: Proposals will be rated "Acceptable" or "Unacceptable" based on compliance with all Statement of Work (SOW) requirements. Past performance will be reviewed for responsibility purposes only.
- Factor 2: Price: Price will be evaluated for reasonableness. Offerors should submit their most competitive pricing as awards may be made without discussions.
Submission Requirements
Offerors must submit a comprehensive quote including:
- Completed identification table (Attachment 02).
- Proof of active SAM registration under NAICS 335311 with no active exclusions.
- Signed and dated Attachment 02 to agree to all terms.
- Comprehensive technical data sheets and drawings to verify SOW compliance.
- Technical submission not exceeding five single-sided pages (excluding cover pages, tables of contents, fold-out drawings, and specific mandated requirements).
- As-built equipment drawings, nameplate data sheets, and full Factory Acceptance Test (FAT) reports.
- QA certifications (ISO 9001 conformity or equivalent), oil certificate of analysis, and material Certifications of Conformance.
- Post-delivery documentation: commissioning plan, maintenance manual, and warranty certificate.
- Price quote using the specified table in Attachment 02.
Contact Information
For questions, contact Caitlin Angstadt at caitlin.e.angstadt@nasa.gov.