NASA GRC TE Connectivity Optimus System
ID: 80TECH24Q0056Type: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA IT PROCUREMENT OFFICEGreenbelt, MD, 20771, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    NASA's Glenn Research Center (GRC) is seeking to procure a Measurement Specialties TE Connectivity Optimus System, which is essential for pressure measurement in the 10x10 Supersonic Wind Tunnel (SWT). This procurement aims to replace the obsolete 8400 system with a compatible and standardized solution that aligns with NASA's existing data management systems, ensuring accurate and efficient data acquisition for aeronautical research. The contract will be awarded based on a firm-fixed price structure, with quotes due by 5:00 PM Eastern Daylight Time on September 16, 2024, and interested vendors must comply with federal acquisition regulations. For further inquiries, potential bidders can contact Kavina Patel at kavina.patel@nasa.gov or Michelle Downs at michelle.m.downs@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Glenn Research Center requires the procurement of a TE Connectivity Optimus System for pressure measurement in the 10x10 Supersonic Wind Tunnel (SWT). The proposed system consists of multiple components, including a System Processor, Optical Fiber Interface Unit, Remote Processor, and Miniature Scanner Digitizing Interface, among others, to handle a total of six pressure scanners operating in a specified pressure range. These devices must facilitate noise-free data communication, support simultaneous measurements of pressure and force balances, and maintain compatibility with existing NASA facilities and data systems. The vendor is required to provide a one-year warranty against defects in materials and workmanship for all items supplied. This procurement underlines NASA's commitment to utilizing standardized and compatible pressure measurement solutions for precise and effective data acquisition in aeronautical research. The document emphasizes the careful design and operational requirements necessary to support ongoing wind tunnel experiments efficiently.
    The document outlines the NASA Information Technology Procurement Office's (ITPO) terms for hardware, software, and services contracts with manufacturers and value-added resellers (VARs). It establishes guidelines for these agreements, ensuring compliance with federal laws, including the Anti-Deficiency Act and the Contracts Disputes Act. Key provisions include stipulations on contract formation, audits, termination procedures, waiver of jury trials, and the prohibition of indemnities. The agreement specifies that all clauses placing additional obligations on the government or conflicting with federal statutes are deleted. Additionally, it highlights the government's sovereignty, ensuring that the licensing agreements do not infringe upon the rights granted under U.S. copyright law. The document emphasizes maintaining compliance with federal requirements throughout the relationship with the vendors and ensuring clarity in governance and dispute resolution protocols. Overall, it serves to protect NASA's interests while adhering to legal and regulatory frameworks in its procurement activities.
    The document comprises an RFQ (Request for Quotation) identified as RFQ No 8 TECH24Q0056, which includes key pricing exhibits for a proposing entity interested in government procurement. It outlines a firm-fixed price structure detailing the pricing of specific items requested, including lines for listing quantities, prices, discounts, and total fixed prices. The organization issuing this RFQ appears to be NASA, indicating that the items may be related to federal projects. The pricing structure emphasizes clarity in financial terms, ensuring all parties are aware of expected costs and terms associated with the potential procurement. Overall, this document serves as a formal request for pricing proposals, seeking transparent and comprehensive offers from suppliers within the context of government contracting and procurement regulations.
    The National Aeronautics and Space Administration (NASA) Information Technology Procurement Office (ITPO) has prepared a Justification for Other Than Full and Open Competition (JOFOC) for the procurement of the TE Connectivity Optimus System. This justification outlines the rationale for avoiding full competition in awarding a contract for this specific, brand-name system, which is required for use at NASA Glenn Research Center's 10x10 Supersonic Wind Tunnel. The Optimus System components are uniquely designed for accuracy and require digital temperature compensation, aligning with NASA's existing data management systems. The need arises as the current equipment, the obsolete 8400 system, necessitates replacement due to compatibility and performance standards. Historical market research confirmed the absence of suitable alternatives, underscoring TE Connectivity's established presence and standardization within NASA's facilities. The contracting officer affirms that the anticipated costs will be fair and reasonable, with plans for subsequent competition evaluations. Despite ongoing assessments of the market for future acquisitions, TE Connectivity remains the only viable option presently due to the significant investment already made in compatible systems and associated software interfaces.
    The National Aeronautics and Space Administration (NASA) issued Request for Quotation (RFQ) 80TECH24Q0056 for a Measurement Specialties TE Connectivity Optimus System for the Glenn Research Center. The RFQ requests quotes for this commercial product and specifies that the contract will be Firm Fixed Price, with quotes due by 5:00 PM Eastern Daylight Time on September 16, 2024. Submissions must include technical specifications and costs, and the evaluation will focus on determining the lowest price that meets technical acceptability standards. Compliance with a range of Federal Acquisition Regulations (FAR) and specific clauses is mandated. The selected contractor must register with the System for Award Management (SAM) and is responsible for delivering the product within 63 weeks of the order confirmation, with all invoices submitted electronically. Enclosures provide further specifications, evaluation criteria, and required compliance documentation, delineating a clear framework assuring that responses adhere to regulations and guidelines. This structured approach facilitates NASA's procurement while ensuring transparency and compliance with federal standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    TTE Ethernet (TTE) Development Hardware
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Time-Triggered Ethernet (TTE) Development Hardware, which is essential for prototyping and testing unreleased flight software and emulated flight hardware interfaces for the Habitat and Logistics Outpost (HALO) and Power and Propulsion element (PPE) Avionics systems. This specialized networking equipment is critical for NASA's Gateway Software Verification Laboratory (GSVL) and is being procured under a brand name justification due to its unique specifications, with a total estimated value of $332,204. Interested vendors must submit their quotations on a firm fixed-price basis within 30 days of order receipt, adhering to the Lowest Price Technically Acceptable (LPTA) evaluation criteria. For further inquiries, interested parties can contact Debbie Matthews at debbie.r.matthews@nasa.gov or Sabrina Pearson at sabrina.m.pearson@nasa.gov.
    Multi-channel Distributed sensing instruments
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Multi-channel Distributed sensing instruments, with plans to award a sole source contract to LUNA Innovations Incorporated, identified as the exclusive provider of these instruments. This procurement is critical for NASA's operations at the Glenn Research Center and will be conducted under the Federal Acquisition Regulation (FAR) guidelines for commercial items. Interested organizations are invited to submit their capabilities and qualifications in writing by 4 p.m. Central Standard Time on September 19, 2024, to determine if the procurement will proceed competitively; oral communications will not be accepted. For further inquiries, interested parties may contact Jacqueline Townley, Procurement Specialist, at jacqueline.e.townley@nasa.gov.
    Rough Pump Vacuum Fittings
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide vacuum fittings for the installation of oil-free roughing pumps at the Glenn Research Center. The procurement includes various components such as blank flanges, single and double claw clamps, O-rings, reducers, and elbows, specifically designed for QF160, QF200, and QF250 models, with a performance period of up to eight weeks post-award. This initiative is part of NASA's efforts to enhance the operational efficiency of its vacuum facility, ensuring the integration of advanced pumping technology. Quotes are due by September 20, 2024, at 1:00 p.m. CT, and interested parties must include their SAM CAGE code/UEI in their submissions. For further inquiries, vendors can contact Monica Wilson at monica.d.wilson@nasa.gov.
    one (1) each Spectroradiometer Sensor Head for the Spectral Measurements for Atmospheric Radiative Transfer
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure one (1) Spectroradiometer Sensor Head for Spectral Measurements related to Atmospheric Radiative Transfer. This procurement is intended to fulfill a specific requirement, with the contract expected to be awarded on a sole source basis to Sciglob Instruments and Services, the sole provider identified for this specialized equipment. The sensor head is critical for scientific measurements and applications at the NASA Goddard Space Flight Center, emphasizing the importance of precise atmospheric data collection. Interested organizations are invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on September 20, 2024, to Kacey Hickman at kacey.l.hickman@nasa.gov, with the procurement process being guided by FAR Part 12 and FAR Part 13 regulations.
    32 Channel VibRunner Data Acquisition Upgrade
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 32 Channel VibRunner Data Acquisition Upgrade, a critical component for enhancing measurement and data acquisition systems at the NASA Langley Research Center. The procurement includes the acquisition of 24 channels of 820 VibRunner, additional hardware, software licenses, and calibration services to ensure compliance with federal standards. This upgrade is essential for maintaining high-quality research operations and operational efficiency in aerospace projects. Interested vendors must submit their quotes by September 20, 2024, and include the tracking number (80NSSC24883871Q) in their email correspondence to the primary contact, Shanna Patterson, at shanna.l.patterson@nasa.gov.
    Pt/Ir tubing needed for assembly of a set of 12 Type B total temperature probes
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure Platinum/Iridium (Pt/Ir) tubing necessary for the assembly of 12 Type B total temperature probes, which are critical for conducting flow surveys at the Langley Research Center's Direct-Connect Supersonic Combustion Test Facility. The procurement includes two specific items: one tube measuring 24 inches in length with an outer diameter of 0.125 inches and an inner diameter of 0.105 inches, and twelve tubes each measuring 0.50 inches in length with an outer diameter of 0.100 inches and an inner diameter of 0.068 inches. This specialized tubing is essential for accurate temperature measurements during combustion research, supporting NASA's ongoing efforts in advanced aeronautics testing. Interested vendors must submit their proposals by September 24, 2024, and can direct inquiries to Tessa Martinez at tessa.m.martinez@nasa.gov.
    TECHNOLOGY TRANSFER OPPORTUNITY: Split-Ring Torque Sensor (MSC-TOPS-81)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market the Split-Ring Torque Sensor (SRTS). The SRTS is a device developed by NASA in collaboration with Oceaneering and The Florida Institute for Human and Machine Cognition. It uses optical sensors to measure the position, velocity, and torque of a rotating system. The SRTS was created for use in NASA's X1 robotic exoskeleton, which is a wearable exercise machine designed to provide resistance against leg movement for astronauts in future missions. The SRTS offers greater flexibility in tailoring for specific applications and requirements and has potential uses in various fields including robotics, medical, aerospace & defense, automotive, testing & measurement, and industrial markets. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). No follow-on procurement is expected from this notice. For more information, visit the NASA Technology Transfer Portal.
    TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a simplified hi-res flow visualization assembly. This assembly, developed by researchers at NASA's Langley Research Center, is a compact and easy-to-use optical system that enables focusing schlieren imaging. It reduces complexity and alignment time compared to conventional systems, and is self-aligned, compact, and cost-effective. The assembly can be attached to a commercial-off-the-shelf camera and is capable of fields-of-view of 10 and 300 millimeters. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    TECHNOLOGY TRANSFER OPPORTUNITY: Cord Tension Measurement Device (C-Gauge) (MSC-TOPS-83)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market the Cord Tension Measurement Device (C-Gauge) (MSC-TOPS-83). The C-Gauge is a non-invasive tension measurement device for axial loaded cords used in cordage-based flexible structure systems such as parachutes and inflatable structures. It allows engineers to test cordage-based structures without severing the cords and provides a non-invasive way to measure the tension and loading of the structural components. The C-Gauge has potential applications in various fields including parachutes, inflatable structures, hot air balloons, weather balloons, blimps, sails, and parasails. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS) at https://technology.nasa.gov/patent/MSC-TOPS-83. For more information, contact NASA's Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov. No follow-on procurement is expected from this notice.
    TI development interance and Zyngus evaluation board
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking quotations for the procurement of a TI development interface and Zyngus evaluation board, which are critical for testing advanced detection systems in astrophysics missions. This procurement is designated as a brand-name requirement and involves the delivery of specific evaluation boards, including two Xilinx ZCU-111 RFSoC Evaluation Boards and two Texas Instruments TSW14DL3200EVM DAC Evaluation Boards, to the Goddard Space Flight Center in Greenbelt, Maryland. The successful delivery of these items is essential for the effective development and deployment of Kinetic Inductance Detectors (KIDs) and Transition-Edge Sensor (TES) bolometers, reinforcing NASA's commitment to cutting-edge space research. Interested small businesses must submit their quotes by September 19, 2024, and are required to provide their Unique Entity Identifier (UEI) along with compliance with federal regulations; for further inquiries, they can contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or call 228-813-6067.