Purchase and Services to Upgrade Aeronautic Research Collaboration Rooms (Building 17)
ID: 80NSSC25887746Q-1Type: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OFFICE BUILDINGS (C1AA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking bids for the purchase and services required to upgrade aeronautic research collaboration rooms in Building 17, located in Hayward Acres, California. The project involves enhancing conference room 202 and repurposing conference room 201 to meet NASA-approved standards, including the installation of advanced audio-visual systems and furniture upgrades, as well as transforming room 214 into a collaborative kitchen and lounge. This initiative aims to improve hybrid meeting capabilities and collaborative work environments while adhering to federal IT, safety, and energy efficiency standards. Interested contractors must submit their quotes by April 16, 2025, and can contact Tessa Martinez at tessa.m.martinez@nasa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for upgrades to collaboration rooms at NASA's Aeronautics Research Institute (NARI) in Building 17, aiming to enhance hybrid meeting capabilities. The primary tasks involve upgrading conference room 202, converting room 201 for compatibility with Microsoft Teams, and repurposing room 214 as a collaborative kitchen and lounge. Key improvements for Room 201 include a 4K wireless presentation system, advanced camera and sound systems, furniture upgrades, and necessary accessories for optimal functionality. Room 202 requires similar enhancements, including a matrix switcher and touchscreen controls to manage audio-visual elements effectively. Room 214 is set to be transformed for casual gatherings, necessitating the installation of suitable furniture and décor. Additional minor scope tasks involve installing monitoring hardware in rooms 210A and 214B, along with required repairs. All modifications must comply with NASA's IT, safety, and energy efficiency standards. This initiative reflects NARI's dedication to improving collaborative work settings while adhering to federal guidelines in facility enhancements.
    The National Aeronautics and Space Administration (NASA) has issued a Request for Quotation (RFQ) 80NSSC25887746Q to solicit bids for upgrading conference room 202 and repurposing conference room 201 to ensure compatibility with NASA-approved standards. The solicitation is structured into five sections, covering the Statement of Work, Instructions to Offerors, Solicitation Provisions, Clauses/Terms and Conditions, and Quote Evaluation Criteria. Key submission requirements include detailing a CAGE/UEI code, FOB destination, lead time for delivery, and contact information. Quotes are due by April 16, 2025, with an expectation of 30-day validity unless otherwise specified. Federal Acquisition Regulation (FAR) clauses are incorporated by reference, particularly concerning telecommunications, cybersecurity, and governmental compliance matters. The procurement process features full and open competition, requiring bidders to register on SAM.gov, affirm compliance with telecommunications regulations, and address specific representations regarding their business operations. This RFQ emphasizes NASA's commitment to maintaining high operational standards while ensuring compliance with federal regulations in contractor selection.
    Lifecycle
    Title
    Type
    Similar Opportunities
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    80ARC017C0008 Architect and Engineering Services JOFOC
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking architect and engineering services through a Justification for Other than Full and Open Competition (JOFOC) under contract number 80ARC017C0008. This procurement is being conducted in accordance with the Federal Acquisition Regulation (FAR) 6.302-1, which allows for limited competition under specific circumstances. The services are critical for supporting NASA's ongoing projects and ensuring compliance with engineering standards. Interested parties can reach out to Anna Foreman at anna.m.foreman@nasa.gov for further information regarding this opportunity.
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.
    Research Opportunities for International Space Station (ISS) Utilization
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for research opportunities related to the utilization of the International Space Station (ISS). This initiative aims to enhance exploration technology demonstrations and National Lab utilization, as outlined in NASA Research Announcement (NRA) NNJ13ZBG001N, which remains open for submissions. The awarded contracts may vary in type, including commercial contracts, cooperative agreements, and grants, depending on the proposal's scope. Interested parties should contact Colleen Corbett or Audrey Montgomery for further information and are encouraged to monitor the NASA Solicitation and Proposal Integrated Review and Evaluation System (NSPIRES) for updates on submission deadlines and additional documents.
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    Integration and Setup of Nokia Equipment Services & Vinco Services
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract to VINCO INC for the integration and setup of Nokia Equipment Services and Vinco Services, which are critical for supporting initiatives at the Johnson Space Center and Glenn Research Center. The procurement involves the provision and integration of specific Nokia hardware, including 5G and 4G Radio Remote Heads (RRHs) and Baseband Units (BBUs), with responsibilities including initial configuration, shipping, and final on-site integration. Interested organizations are invited to submit their capabilities and qualifications by December 16, 2025, for potential evaluation, although the government reserves the right to proceed with a non-competitive acquisition. For further inquiries, interested parties may contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.