Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Effect of Radiation Quality and Galactic Cosmic Radiation Simulation on the Risk of Carcinogenesis in an Outbred Mouse Model (HS/Npt)

Active
80JSC026Q0003Federal
AI Contract Overview
Show more

NASA Johnson Space Center is soliciting proposals under solicitation number 80JSC026R0010 for a contract to study the effect of radiation quality and galactic cosmic radiation on the risk of carcinogenesis in outbred mice. This procurement is conducted as a combined synopsis/solicitation for commercial items in accordance with FAR Subpart 12.6, and no separate written solicitation will be issued. Interested offerors must adhere to clauses and provisions effective through FAC 2025-06 and comply with evaluation criteria emphasizing technical acceptability, past performance, and price, with the first two factors combined deemed significantly more important than price. The NAICS code for this acquisition is 541715, and offerors must declare their size status, with a size standard of 1000 employees. Proposals are due by 1:00 PM CST on March 13, 2026, and must be submitted electronically to designated NASA contacts, Joshua Hlavenka and Katelyn Jaime. Offer submissions must include key information such as the solicitation number, FOB destination, delivery schedule, payment terms, warranty details if applicable, taxpayer identification number, and be signed by an authorized company representative. Offerors are encouraged to use Standard Form 1449 and must provide representations and certifications in accordance with FAR 52.212-3. Questions must be submitted electronically by February 27, 2026, with no telephone inquiries accepted. The contract will be awarded to the offer that provides the best value considering the evaluation factors specified, and all relevant FAR and NASA clauses including contract terms and conditions for commercial items are incorporated by reference. Interested parties are responsible for downloading the complete solicitation and any amendments from SAM.gov.

General Info

NASA seeks proposals by March 13, 2026, to study radiation effects on carcinogenesis in mice.

Agency

National Aeronautics And Space Administration → NASA Johnson Space Center

View Agency

NAICS

541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)

View NAICS

Place of Performance

Houston, TX, USA

Set-Aside

NONE
Documents(10)

Attachment D 80JSC026Q0003 Galactic Cosmic Ray Simulation Table

PDF2 pagessow

Pricing Sheet for RFQ No. TBD

XLSX4 pagespricing-sheet

Evaluation Criteria for Radiation Outbred Mouse RFQ

PDF4 pagesevaluation-criteria

Tissue Collection and Preservation Requirements for NASA Biospecimen Sharing

PDF1 pagesow

PWS Radiation Outbred Mouse NASA HRP Space Radiation

PDF3 pagespws

NASA RFQ Questions and Answers Attachment G

PDF5 pagesq-and-a

Pricing Sheet for RFQ No. TBD

XLSX4 pagespricing-sheet

Solicitation 80JSC026Q0003 - Cancer Testing and Radiation Effects Studies

PDF46 pagesrfq

Amendment 80JSC026Q00030001 to Solicitation

PDF10 pagesamendment

NASA Space Radiation Laboratory (NSRL) Information Attachment C

PDF4 pagesother

AI Contract Breakdown
Uniform Contract Format

Sign up to view the full breakdown with detailed analysis of each section.

Timeline
1 update
PhaseSolicitation
Posted

Solicitation

Amendment 1

Contract was updated

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyNational Aeronautics And Space Administration → NASA Johnson Space Center
Contacts2 people available
OfficeHOUSTON, TX, 77058, USA
Organization / Agency
National Aeronautics And Space Administration → NASA Johnson Space Center
View Agency Profile
Office Address

HOUSTON, TX, 77058, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more

This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.



This notice is being issued as a Request for Proposal (RFP) under solicitation number 80JSC026R0010 for the study of the Effect of Radiation Quality and Galactic Cosmic Radiation on Risks of Carcinogenesis in Outbred Mice contract.  



The provisions and clauses in the RFP are those in effect through FAC 2025-06.



The NAICS Code and Size Standard are 541715 and 1000 employees, respectively.  The offeror shall state in their offer their size status for this acquisition.



All responsible sources may submit an offer which shall be considered by the agency.



Offers for the items(s) described above are due by 1:00 PM CST on 03/13/2026 to Joshua.r.hlavenka@nasa.gov and Katelyn.r.jaime@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative.  Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items


The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at:


FAR - https://www.acquisition.gov/browse/index/far          


NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf


Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (SEP 2023) which is incorporated by reference.



If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.



FAR 52.212-2, Evaluation -- Commercial Items, (NOV 2021) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are in descending order of importance and shall be used to evaluate offers:



  1. Technical Acceptablility
  2. Past Performance
  3. Price


Technical Acceptability and Past Performance, when combined, are significantly more important than Price. Price is not the most important evaluation factor, but its degree of importance will increase commensurably with the degree of equality among different Quoter’s Technical and Past Performance quotes.



All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 2025) or complete electronic annual representations and certifications at SAM.gov with its offer.



FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (Nov 2023) is applicable.



FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (Nov 2023) is applicable and the following identified clauses are incorporated by reference: Please see attached solicitation.



NASA Clause 1852.215-84, Ombudsman, is applicable.  The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf



This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).         



Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to Johsua Hlavenka at joshua.r.hlavenka@nasa.gov and Katelyn Jaime at katelyn.r.jaime@nasa.gov not later than 02/27/2026 at 1:00 PM CST.  Telephone questions will not be accepted.



Responses to this combined synopsis/solicitation must be received via email at joshua.r.hlavenka@nasa.gov no later than 1:00 PM CST on  03/13/2026.  



The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines.



Failure to submit a complete electronic proposal by the due date and time specified for this RFP shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.212-1(f).

Similar Contracts

NAICS: 541715
New
State

W7707-257355 - Human-Machine Teaming Research

Defence Research and Development Canada (DRDC) is seeking a contractor to provide specialized Human Factors research and support services on an as-and-when-requested basis through a Task Authorization Contract. The services required cover a broad range of expertise including literature reviews, concept development, experimental design, military expertise and scenario development, survey implementation, field trial logistics, data analysis (both quantitative and qualitative), knowledge elicitation, user interface design, workshop facilitation, software tool development, data science, human systems integration, human-machine teaming, human-AI systems, and comprehensive research reporting. The contract period extends from the date of award through to March 31, 2028, with the option for Canada to extend the contract for three additional one-year periods. This solicitation is managed by the Department of Public Works and Government Services under the Government of Canada, with no specific trade agreements applicable or reasons for limited tendering noted. Submissions must be received by March 20, 2026, with late proposals not accepted. The solicitation encourages interested businesses to consider partnerships, although this does not affect the formal competitive bidding process. The contract aims to support ongoing and emerging human-machine teaming research initiatives, contributing expertise critical to military and defense-related human factors challenges.

Department of Public Works and Government Services

POSTED

3 days ago

DEADLINE

in 19 days

View Details
NAICS: 541715
New
Federal

DLA Emergent IV Research and Development Program

The DLA Emergent IV Research and Development Program, issued under solicitation BAA0001-22 by the Department of Defense’s DCSO Philadelphia office, is a five-year Broad Agency Announcement (BAA) seeking innovative scientific research and experimental proposals to advance knowledge and capabilities in areas not covered by the existing R&D planning process. With a contract ceiling recently increased to $125 million, the BAA invites interested parties to submit initial White Papers addressing specific Areas of Interest (AOIs) outlined in Attachment B of the announcement. If a submission is found promising, applicants may be asked to provide further technical and cost proposals for their project. Since its original posting, the BAA has undergone an extensive series of more than thirty amendments. These include significant updates such as revising and adding AOIs (including Human-Machine Teaming Technologies, Flake Graphite-Based Solutions for PFAS contamination, and Critical Emerging Technologies Transition), changes to the Hackathon competition timelines and formats, clarification and expansion of questions and answers, addition of intellectual property and data rights clauses, adjustment of eligibility and proposal requirements, and revised Points of Contact. Of particular note are the multiple updates to address procedural improvements (such as project transition statements and government property instructions) and to ensure compliance with updated regulations. The BAA remains open for submissions until June 12, 2027, with all interested organizations encouraged to consult the latest attachments and amendments for current requirements and AOI details. Communication regarding this opportunity is managed through a designated DCSO Philadelphia R&D email contact.

Dcso Philadelphia

POSTED

3 days ago

DEADLINE

in over 1 year

View Details
NAICS: 541715
New
Federal

Final RFP Engineering Services and Science Capability Augmentation (ESSCA) II

NASA’s Marshall Space Flight Center (MSFC) has issued a draft request for proposals (DRFP) for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, aimed at soliciting feedback and questions from industry stakeholders before the final solicitation is released. The contract will support MSFC, including the Michoud Assembly Facility (MAF) and Stennis Space Center (SSC), as well as other NASA centers and headquarters, by providing a range of engineering and scientific skillsets. Key disciplines include aerosciences, avionics, flight software, materials research and testing, optics, propulsion, systems engineering, structural and mechanical expertise, test design, operability, and thermal and fluids analysis. The contractor may be required to supply engineering products, deliverables, and provide technical oversight for NASA’s flight, science, and research and development missions. ESSCA II is planned as a single-award, indefinite-delivery, indefinite-quantity (IDIQ) contract using a mix of cost-plus-award-fee, cost-plus-fixed-fee, and firm-fixed-price orders under NAICS code 541715. The contract will not use commercial item acquisition procedures and includes a potential period of performance of nearly nine years, composed of a phase-in, base, optional, and extension periods. The DRFP is for planning and industry input only, with interested parties encouraged to review and comment by October 20, 2025, and attend a virtual industry day on October 17, 2025. While proposal submission is not yet permitted, the formal Request for Proposals (RFP) is anticipated in mid-November 2025, with proposals due in January 2026. All solicitation materials will be available through SAM.gov, and it is the responsibility of potential offerors to monitor updates. The contracting lead is Sadie Moulton, and the contract is managed by MSFC in Huntsville, Alabama.

NASA Marshall Space Flight Center

POSTED

3 days ago

DEADLINE

in 15 days

View Details
NAICS: 541715
New
Federal

PRESOLICITATION NOTICE: National Space Test and training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR)

The contract pertains to the National Space Test and Training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR) effort, which supports the Operational Test and Training Infrastructure (OTTI) and System Delta 81 (SYD 81) missions. These missions aim to provide space warfighters with interconnected, scalable, and distributed live/physical and synthetic/digital ranges to enable full-spectrum testing and training. This infrastructure is critical for developing, validating, and enhancing joint warfighting capabilities in contested space environments. The contract is structured as a Multiple Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) base vehicle under which contractors will design, develop, integrate, test, and sustain advanced space-based and ground-based systems to support U.S. Space Force operations. The presolicitation notice, issued by the Department of Defense, indicates an upcoming Request for Proposals (RFP) with a solicitation number FA2553-26-R-B001, expected to be released between late February and no later than March 31, 2026. The acquisition will be conducted as a full and open competition under NAICS code 541715, with no set-asides applied. Interested parties are informed that proposals are not currently being accepted in response to this notice. The office responsible for the contract is based at Peterson Space Force Base, Colorado, and contact points are provided for further inquiries. This effort is fundamental to advancing space test and training capabilities crucial for future space operational readiness.

FA2553 Oprn Testing & Trg Infr Otti Pk

POSTED

3 days ago

DEADLINE

in 30 days

View Details