Ubiquiti Networking Components
ID: 80NSSC25900210QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 9:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide Ubiquiti Networking Components for its internal data network at the Stennis Space Center. The procurement includes a variety of networking hardware, such as 10 Pro Max 48-port Layer 3 Ethernet Switches, a PoE version, an Enterprise Fortress Gateway, and additional aggregation and managed switches, along with SFP+ and SFP28 cables and modules, aimed at enhancing operational efficiencies. This initiative reflects NASA's commitment to improving its network capabilities, which are critical for supporting its various missions and operations. Interested vendors must submit their quotes by April 10, 2025, and ensure compliance with federal regulations, including registration at SAM.gov; for further inquiries, they can contact Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 4:10 PM UTC
NASA Stennis Space Center seeks to acquire Ubiquiti Networking Components for its internal data network, specifically targeting the A1 Test Stand and Atcc. The procurement includes various networking hardware, such as 10 Pro Max 48-port Layer 3 Ethernet Switches, 1 PoE version, 1 Enterprise Fortress Gateway, and additional aggregation and managed switches, along with several SFP+ and SFP28 cables and modules. The project is set to take place at the Stennis Space Center and has a designated point of contact, Cory Beckemeyer. The expected timeline for completion is 60 business days from the order acknowledgment. This RFP reflects NASA's ongoing efforts to enhance its network capabilities to support operational efficiencies.
The document outlines a Request for Quotation (RFQ) from the National Aeronautics and Space Administration (NASA) for a procurement involving a brand name requirement. It contains several key sections, including a Statement of Work/Bid Schedule, Instructions to Offerors, Solicitation Provisions, and Clauses/Terms and Conditions. Importantly, the procurement is set aside for small businesses and requires vendors to be registered at SAM.gov. Quotes must be submitted by April 10, 2025, and will remain valid for 30 days. Key requisites include compliance with various representations and certifications, especially concerning telecommunications equipment. Offerors are directed to ensure they do not engage in prohibited actions related to forced child labor, adhere to specific export control laws, and maintain transparency regarding ownership and control, particularly concerning entities with prior restrictions. The RFQ emphasizes communication via written inquiries, aligning with federal acquisition regulations. Overall, the document aims to ensure compliance, foster opportunities for small businesses, and facilitate a fair procurement process within the NASA framework.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Allen-Bradley Hardware
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of Allen-Bradley hardware, specifically for a Controls System Upgrade of the 8’ High Temperature Tunnel at the NASA Langley Research Center in Hampton, Virginia. This procurement is designated as a Brand Name requirement and is set aside for small businesses, emphasizing the need for specific ControlLogix components to enhance existing control systems and ensure operational efficiency. The estimated delivery lead time for the required hardware is between 1 to 4 months, and interested vendors must submit their quotes by April 14, 2025, referencing tracking number 80NSSC25898560Q in their email submissions. For further inquiries, vendors can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
Thinklogical Transmitters and Receivers
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure Thinklogical Transmitters and Receivers for the Glenn Research Center (GRC) located in Cleveland, Ohio. This procurement involves acquiring 16 units each of the VEL-W0IM24-LCTX and VEL-W0IM24-LCRX models, which are essential for dual DVI display use and are designed to enhance the laboratory testing infrastructure at NASA. The requirement is set aside exclusively for small businesses and is limited to authorized resellers of the specified brand due to compatibility and operational efficiency concerns with existing equipment. Quotes are due by April 14, 2025, and interested parties should contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov for further details.
UPGRADE, FORTUS 900 PLUS,NYLON 12/SR110
Buyer not available
NASA's National Aeronautics and Space Administration is seeking to procure upgrades for the Fortus 900 Plus 3D printer, specifically utilizing Nylon 12/SR110 materials, through a total small business set-aside contract. The procurement includes essential components such as soluble release support canisters, nylon filament canisters, and a nylon material license for Fortus 900MC, aimed at enhancing NASA's operational capabilities in 3D printing technology. This initiative underscores NASA's commitment to advancing its projects with innovative materials and ensuring compliance with federal contracting regulations. Interested vendors must submit their quotes by April 10, 2025, and direct any inquiries to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov.
Nacelle Covers for Plug25 Project
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the fabrication and machining of Nacelle Covers for the Plug25 Project. The procurement requires the use of .063” thick 316 stainless steel per ASTM A240, with stringent quality assurance measures including mill test reports and 100% dimensional inspections. This project is critical for ensuring the integrity and performance of components used in NASA's aeronautics initiatives. Interested vendors must submit their proposals by April 10, 2025, and are encouraged to seek clarifications by April 8, 2025; all correspondence should reference Notice ID 80NSSC25900029. For further inquiries, contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
FY25 Xerox DocuShare Annual Support Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the annual support renewal of Xerox DocuShare software, specifically for Standard and Incremental Servers, through Request for Quotation (RFQ) 80NSSC25898751Q. This procurement is set aside for small businesses and includes options for technical support, maintenance, and upgrades, with a performance period from April 1, 2025, to March 31, 2026, at the Armstrong Flight Research Center in California. The services are crucial for maintaining operational efficiency and safeguarding NASA's software investment, ensuring continuous support and future upgrades. Interested parties must submit their quotes by April 10, 2025, and are encouraged to contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
Patch Manager Service Contract Renewal.
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Patch Manager Service Contract, which is critical for managing and documenting the agency's network infrastructure. The contract will cover the renewal of the Patch Manager Software License and Support for the fiscal year from June 7, 2025, to June 6, 2026, including support for up to 10,000 Patch Manager Cabinet Objects and three server licenses for Production, Backup, and Test environments. This initiative is part of NASA's broader effort to ensure robust network management and efficient operations, with the service to be performed at the Marshall Space Flight Center in Huntsville, Alabama. Interested organizations must submit their capabilities and qualifications to the primary contact, Felecia Lorraine London, by 4:00 p.m. Eastern Standard Time on April 11, 2025, to be considered for this sole source procurement.
CISCO SYSTEMS, INC BRAND SWITCHES AND RELATED PARTS
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified vendors to provide CISCO SYSTEMS, INC brand switches and related parts on a competitive brand name basis. The procurement includes various networking equipment such as managed switches, memory cards, licenses, and transceivers, which are essential for maintaining and enhancing the Navy's communication and operational capabilities. Interested vendors must submit their capability statements and pricing quotes by April 15, 2025, with all submissions sent electronically to Contract Specialist John Ngov at john.m.ngov.civ@us.navy.mil. This contract will be awarded on a firm fixed-price basis, and vendors must certify their status as authorized distributors of Cisco Systems.
FY25 KSC Pointwise Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the acquisition of Pointwise Fidelity software from Cadence Design Systems, Inc., as part of the FY25 KSC Pointwise Renewal project. This procurement involves acquiring two units of the software, which is essential for NASA's operations at the Kennedy Space Center in Florida, with a contract performance period from July 1, 2025, to June 30, 2026. The RFQ emphasizes the importance of open competition and compliance with federal regulations, ensuring that all offerors are registered in the System for Award Management (SAM) and adhere to various legal provisions. Interested parties must submit their quotations by April 14, 2025, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
Orbital Welding System
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of an Axxair Orbital Welding System, or an equivalent system, to enhance its fabrication processes at the NASA Langley Research Center in Hampton, Virginia. The required system includes a SAXX-201DGI orbital welding power source, a gas distributor, a cooling unit, multiple welding heads, and essential components such as ground tungsten and collets, all designed to modernize fabrication technology while ensuring high standards of efficiency and safety. This procurement is set aside for small businesses, with quotes due by April 14, 2025, and interested vendors must reference the tracking number 80NSSC25899097Q in their submissions and ensure compliance with federal regulations. For further inquiries, vendors can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
Keysight LCR Meter
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide a Keysight Precision LCR Meter E4980B and associated accessories, specifically from authorized resellers. This procurement is critical for NASA's operational needs, requiring precise measurement capabilities with an operational frequency range of 20 kHz to 2 MHz and a basic accuracy of 0.05%. The total estimated cost for this equipment is $24,574.50, with a delivery deadline set for May 31, 2025. Interested parties must submit their quotations by March 31, 2025, and can direct inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.