PLC components
ID: 80NSSC25899770QType: Special Notice
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
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 8, 2025, 12:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure Modicon M580 Programmable Logic Controller (PLC) components through a sole-source contract with Crescent Electric Supply Company. This procurement is essential for replacing outdated Quantum PLC systems at the Goddard Research Center (GRC) to ensure compatibility and operational efficiency across the facility. The acquisition includes various modules and wiring attachments necessary for the upgrade, reflecting NASA's commitment to modernizing its infrastructure and enhancing automation capabilities. Interested parties may submit their qualifications to Shanna Patterson via email by 7 a.m. Central Standard Time on April 8, 2025, as the government will consider competitive bidding based on submissions received, although the final decision remains at its discretion.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 5:07 PM UTC
The document outlines a statement of work for replacing outdated Quantum Model Programmable Logic Controllers (PLCs) with new Modicon M580 PLC equipment. The equipment acquisition, to be made through Crescent Electric, includes various modules such as ethernet backplanes, analog, digital, relay, and thermocouple modules, along with necessary wiring attachments. The planned upgrades will be carried out by Electronic Technicians at the facility as time permits. This replacement of equipment is intended to facilitate enhancements and upgrades within the facility, reflecting a commitment to improving operational efficiency and modernizing infrastructure. Overall, the project emphasizes the technical and logistical aspects of upgrading essential automation equipment as part of a broader initiative in facility improvements.
Apr 4, 2025, 5:07 PM UTC
The document outlines a recommendation by the NASA Shared Services Center to procure Modicon M580 PLC equipment exclusively from Crescent Electric. This sole-source acquisition is justified by the need for compatibility and uniformity across the Goddard Research Center (GRC) facilities, which currently utilize Schneider Electric's PLC systems. The transition from the aging Quantum PLC to the M580 is underway, making it essential to procure from a single vendor to avoid compatibility issues and financial burdens associated with rewiring and reprogramming should alternative vendors be used. The document emphasizes the impracticality of competition due to the unique characteristics of the required equipment and the need for cross-training among staff, supporting a streamlined approach to maintenance and operations. The estimated delivery time for the equipment is two to three weeks post-procurement. Overall, this acquisition is vital to ensure operational continuity and efficiency within GRC facilities.
Apr 4, 2025, 5:07 PM UTC
NASA's Glenn Research Center (GRC) has announced a requirement for Modicon M580 PLC equipment, and plans to award a sole source contract to CRESCENT ELECTRIC SUPPLY CO, the sole provider of these PLC components. This procurement falls under Federal Acquisition Regulation (FAR) sections 12 and 13, and the associated NAICS Code is 541512. Interested parties can submit their qualifications to the designated contact by 7 a.m. Central Standard Time on April 8, 2025. The government's decision to pursue competitive bidding for this contract will be based on the submissions received, though the final determination remains at the government’s discretion. Communication regarding this procurement must be written, as oral responses are not accepted. The procurement specialist is Shanna Patterson, who can be reached via email for further inquiries.
Lifecycle
Title
Type
PLC components
Currently viewing
Special Notice
Similar Opportunities
Haas Desktop CNC Mill and Control System
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.
Matrox Transmitter and Receiver
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for a Matrox Transmitter and Receiver under RFQ number 80NSSC25901617Q, specifically targeting small businesses. This procurement involves a Brand Name or Equal requirement, with detailed specifications outlined in the accompanying Statement of Work, and aims to ensure compliance with federal telecommunications standards and regulations. Interested offerors must submit their quotes via email by April 28, 2025, and are encouraged to address any questions in writing by April 24, 2025, while ensuring their quotes remain valid for 30 days. For further inquiries, potential bidders can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
Bravium Best Practice Engine (BPE) and Bravium Upgrade Assistant (BUA) Co-termed Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its sole source contract with Carahsoft for the Bravium Best Practice Engine (BPE) and Bravium Upgrade Assistant (BUA), which are critical third-party plugins for the ServiceNow platform utilized by the NASA Shared Services Center (NSSC). The renewal, which spans five years starting June 4, 2025, aims to maintain essential functionalities such as automated code reviews, quality checks, instance governance, and upgrade management, thereby preventing potential service disruptions and the need for complex reverse-engineering of custom applications. Interested parties may submit their qualifications by 4:00 p.m. CST on April 29, 2025, to encourage the government to consider a competitive procurement process, with all inquiries directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
Saratech Maintenance Renewal FY25
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
CONCEPTS NREC Agile Annual Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) intends to issue a sole source contract for the annual renewal of technical, maintenance, and upgrade support for the Concepts NREC Agile Products, a suite of integrated turbomachinery design software. This procurement is critical for ensuring the software remains functional and up-to-date to meet the operational needs of the Marshall Space Flight Center (MSFC), thereby facilitating ongoing improvements in turbomachinery design. Interested organizations are invited to submit their capabilities and qualifications by 2:00 PM Central Standard Time on April 28, 2025, to determine if competitive procurement is feasible, with Laura Quave serving as the primary point of contact for inquiries at laura.a.quave@nasa.gov or 228-813-6420.
DFMPro for Creo
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of DFMPro software, specifically three user-based licenses, along with installation and training support at the Kennedy Space Center. The objective of this procurement is to enhance design for manufacturability capabilities within NASA's engineering teams, thereby promoting innovation and efficiency in their technological practices. The performance period is set from May 12, 2025, to May 11, 2026, with quotes due by April 30, 2025. Interested vendors must register at SAM.gov and comply with federal regulations, with the procurement set aside for small businesses; for further inquiries, contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136.
Computer Numerical Control (CNC) Router
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking quotes for a Computer Numerical Control (CNC) Router under a total small business set-aside procurement. The contract requires the delivery of CNC router services as specified in the Statement of Work (SOW), with a firm-fixed price and a delivery timeline of 32 weeks after award. This equipment is crucial for various applications within NASA's operations, emphasizing compliance with federal regulations, including Section 508 for accessibility and other FAR clauses. Interested vendors must submit their quotes by May 1, 2025, and can direct inquiries to Kaelin Kelley or Nicolas Zogaib via email.
SmartScope Flash 670
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a SmartScope Flash 670 system, a specialized 3D multisensor measurement system essential for precise dimensional measurements at its Kennedy Space Center in Florida. This procurement is set aside for small businesses and involves a sole-source acquisition from Optical Gaging Products (OGP), emphasizing the necessity of compatibility and timely service due to Florida Metrology's established relationship with NASA. The system, which includes advanced optics and metrology software, is crucial for supporting research and development activities, with an estimated cost of $177,520 and a delivery timeframe of 22-24 weeks. Interested parties should contact Cara Craft at cara.s.craft@nasa.gov, with submissions due by April 30, 2025.
HLS MLT Project requires 2 Sea Catch TR-11 AIR units, with tethered safety pin, load tested with certificate provided. Please provide certificate of conformance.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide two Sea Catch TR-11 AIR units, which are critical components for the HLS MLT Project. The procurement requires that these units include tethered safety pins and come with a certificate of conformance, ensuring compliance with safety and operational standards. This opportunity is set aside for small businesses, reflecting NASA's commitment to promoting equal opportunity in federal contracting, and all quotes must be submitted by April 29, 2025. Interested vendors should contact Shanna Patterson at shanna.l.patterson@nasa.gov and ensure they reference the tracking number 80NSSC25901547Q in their submissions.
UPGRADE, FORTUS 900 PLUS,NYLON 12/SR110
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking bids for the upgrade of the Fortus 900 Plus 3D printer, utilizing specific materials from Stratasys, Inc. This procurement includes essential items such as soluble release support canisters, nylon filament canisters, and a nylon material license, aimed at enhancing NASA's operational capabilities in 3D printing technology. The upgrade is critical for supporting ongoing projects at NASA Langley Research Center, reflecting the agency's commitment to advancing its manufacturing capabilities. Interested vendors must submit their quotes by April 29, 2025, and are required to be registered in the System for Award Management (SAM) to comply with federal procurement regulations. For further inquiries, vendors can contact Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov.