10x10 SWT PLC Hardware.
ID: 80NSSC25896985QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 9:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure 10x10 SWT PLC Hardware, specifically from Schneider Electric, as part of a total small business set-aside contract. The procurement includes various essential hardware components for facility control systems at the NASA Glenn Research Center, such as processors, communication modules, and power supplies, all of which must be sourced from authorized distributors under the Schneider Electric Alliance Industrial Automation program. This brand name requirement ensures compatibility and reliability across NASA's aerospace test facilities, maintaining operational continuity and efficiency. Interested vendors must submit their quotes by April 8, 2025, and can direct inquiries to Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 2:04 PM UTC
NASA Glenn Research Center seeks to procure specific hardware components for its facility control systems, focusing on Schneider Electric PLC automation hardware. The requirements specify that all purchased equipment must be new, unused, and sourced from authorized distributors under the Schneider Electric Alliance Industrial Automation Distributor program. The procurement includes various types of modules including adapters, communication modules, processors, power supplies, and input/output modules, alongside application engineering services. The document details the exact part numbers and quantities needed, totaling a comprehensive list of items essential for the center's operations. The work will be performed at NASA Glenn Research Center in Cleveland, OH, with a specified shipping lead time of 30 days after receipt of order (ARO). This RFP aligns with federal procurement procedures aimed at ensuring reliable and quality equipment for government facilities.
Apr 7, 2025, 2:04 PM UTC
The document outlines a recommendation by the NASA Shared Services Center to solicit a brand name product exclusively from Schneider Electric for the acquisition of 10x10 SWT PLC Hardware. The justification for this sole-source procurement emphasizes that Schneider Electric's Programmable Logic Controller (PLC) automation hardware has been standardized across NASA's aerospace test facilities, ensuring reliable operation and system compatibility. The reliance on this specific brand stems from previous investments in training and configuration, which would be jeopardized if alternative brands were used. Introducing a different vendor would incur significant costs, delays, and require additional training, thus affecting operational continuity. Furthermore, the recommended hardware must be new, in original packaging, and procured through authorized distributors to guarantee safety and warranty. This request aligns with federal procurement practices for maintaining efficiency and consistency in governmental operations.
Apr 7, 2025, 2:04 PM UTC
The document outlines a Request for Quotation (RFQ) issued by NASA for procuring specific hardware from Schneider Electric, emphasizing that the distributor must be authorized through Schneider's Alliance Industrial Automation program. The procurement is designated for small businesses and involves a range of components vital for facility control systems at the NASA Glenn Research Center. The RFQ includes detailed specifications of the required hardware and explicitly states that all items must be brand new and in their original packaging. The submission deadline for quotes is April 8, 2025, with specific instructions for valid submissions, including contact information and delivery terms. Offerors must complete various representations and certifications, particularly regarding telecommunications and supply chain practices. The RFQ cites pertinent Federal Acquisition Regulations (FAR) that govern the procurement process, including clauses regarding export compliance and the prohibition of contracting with certain entities, such as those involved in sensitive technology related to Iran. Overall, this RFQ demonstrates NASA's commitment to maintaining high standards in procurement while supporting small businesses within the industry.
Apr 7, 2025, 2:04 PM UTC
The document outlines a vendor inquiry regarding a project related to Schneider Electric products and the customer’s response concerning supplier eligibility. The vendor, a Schneider Electric System Integrator, seeks to clarify if they can participate in the bidding process, highlighting their non-distributor status. However, the customer specifies that all system integration work will be executed in-house, deeming external integrator services unnecessary. Therefore, the procurement will only accommodate products sourced directly from certified Schneider Alliance Industrial Automation Distributors. This correspondence emphasizes the customer’s intention to maintain direct control over integration tasks and restricts vendor participation to those meeting specific certification criteria, reflecting the intricacies of vendor selection in government contracting processes.
Lifecycle
Title
Type
10x10 SWT PLC Hardware.
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Plug25 Plug Sleeve Hardware
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking quotations for the Plug25 Plug Sleeve Hardware, a procurement specifically set aside for small businesses. The project requires components made from either 300 series Stainless Steel Alloy or Inconel 718, with stringent quality assurance measures including Mill Test Reports and Certificates of Conformance. Deliverables must be machined, assembled, and undergo non-destructive testing, with a timeline for delivery set between 4-10 weeks post-order acknowledgment. Interested vendors must submit their quotes by April 17, 2025, and are encouraged to contact Laura Quave at laura.a.quave@nasa.gov for further details regarding the solicitation process.
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.
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.
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.
OMEGA160-NET F/T Transducers US-600-3600 with network box and required cables/adapters (3 units each)
Buyer not available
NASA's National Aeronautics and Space Administration Shared Services Center is seeking to procure three OMEGA160-NET F/T Transducers, along with associated cables, adapters, and power supplies, specifically from authorized resellers of ATI Industrial Automation. This procurement is set aside for small businesses and is critical for ensuring precise measurements in engineering applications, as the transducers are designed for high strength, low weight, and high signal-to-noise ratios, which are essential for reliable data acquisition systems. Interested parties must submit their quotations by April 14, 2025, and all correspondence should reference Notice ID 80NSSC25899411Q. For further inquiries, contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
100ohm diff 26AWG wire; qty 2,500
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure 2,500 units of 100-ohm differential 26 AWG wire, which is essential for communication applications within its operations. This procurement is a sole source requirement, with WIREMASTERS, INC. identified as the exclusive supplier, ensuring compliance with specific technical standards such as a signal transmission speed of at least 1GHz and a capacitance of less than 15 pF per foot. Interested parties must submit their qualifications by 8:00 a.m. CST on April 14, 2025, to determine if the procurement will be competitive, with Tessa Martinez serving as the primary contact for inquiries.
Extended warranty for ATOS and TRITOP hardware
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure an extended warranty for its ATOS and TRITOP hardware, with a sole-source contract anticipated to be awarded to Carl Zeiss Industrial Quality Solutions LLC, the exclusive provider for this service. The warranty will cover comprehensive hardware support, including OEM part replacements, technical support, and software updates, ensuring operational efficiency for the equipment at the Marshall Space Flight Center in Huntsville, Alabama, from May 2025 to April 2026. This procurement is critical for maintaining essential technologies that support NASA's space research and exploration efforts, and interested parties are invited to submit their qualifications in writing by 7 a.m. Central Time on April 14, 2025, to the primary contact, Shanna Patterson, at shanna.l.patterson@nasa.gov.
GEN3iA data acquisition system
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a GEN3iA data acquisition system through a sole source contract with Hottinger Bruel & Kjaer Inc., identified as the only supplier capable of fulfilling this requirement. The contractor will be responsible for delivering one unit of the system, which is critical for measuring and testing electrical signals, with a warranty covering defects for 24 months post-delivery. The project is expected to be completed within one year, with the final shipping destination at NASA's Lyndon B. Johnson Space Center in Houston, Texas. Interested organizations are invited to submit their capabilities and qualifications by April 16, 2025, to Cara Craft at cara.s.craft@nasa.gov, to assist in determining the potential for competitive procurement.
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.
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.