Two small (UAS) vehicles, along with associated support equipment, stands, payload attach fixtures, controller
ID: 80NSSC25891899QType: Special Notice
Overview

Buyer

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

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

NATURAL RESOURCES AND ENVIRONMENT R&D SERVICES; RECREATIONAL RESOURCES; BASIC RESEARCH (AH31)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 3:00 PM UTC
Description

NASA's National Aeronautics and Space Administration (NASA) is seeking to procure two small unmanned aircraft systems (UAS) along with associated support equipment, stands, payload attach fixtures, and controllers as part of its aeronautics research initiatives. The UAS must be multi-rotor, weigh under 55 lbs, and possess three-axis stabilization capabilities, with the ability to perform automated flights and carry payloads of up to 35 lbs, supporting a flight time of 20-30 minutes. This procurement is critical for advancing aeronautics technology, and NASA intends to award a sole source contract to Freefly Systems, Inc., the only provider capable of meeting these specific requirements, with an estimated delivery period of 30-45 days post-award. Interested parties can submit their qualifications in writing by January 22, 2025, to Tessa Martinez at tessa.m.martinez@nasa.gov for consideration in the procurement process.

Point(s) of Contact
Files
Title
Posted
Jan 16, 2025, 1:05 PM UTC
NASA is soliciting proposals for the procurement of two small unmanned aircraft systems (UAS) and related components as part of its aeronautics research and technology initiatives. The UAS must be multi-rotor, weigh under 55 lbs, and feature three-axis stabilization capability with the ability to perform automated flights and carry payloads of up to 35 lbs. The vehicles are required to support a flight time of 20-30 minutes, depending on the payload. The contract deliverables include a detailed list of the UAS vehicles and associated equipment, technical documentation, and compliance with the National Defense Authorization Act (NDAA) as well as U.S. export regulations. Key project milestones include a delivery date of March 15, 2025, for both the UAS and the necessary technical data. NASA aims to retain all intellectual property rights associated with the work under this contract while ensuring the protection of proprietary data from the contractor. This procurement reflects the agency's ongoing commitment to advancing aeronautics technology through innovative UAS solutions.
Jan 16, 2025, 1:05 PM UTC
NASA's Shared Services Center is recommending a sole source procurement for the Alta-X UAS System and Component from Freefly Systems, Inc. This decision is based on the unique capabilities and prior experience NASA has with the Alta-X system, which meets specific technical requirements necessary for NASA's technology development efforts. The estimated delivery period is 30-45 days post-award. Competing brands or vendors were deemed impractical due to the need for retraining and re-approvals, which would negatively affect critical development timelines. Additionally, Freefly Systems is compliant with NDAA and Section 889 regulations and registered in the SAM.gov database, ensuring compliance and compatibility for operations planned at Moffett Field, CA. The recommendation underscores the importance of utilizing a trusted and proven system for timely and effective project execution.
Jan 16, 2025, 1:05 PM UTC
NASA's NSCC requires two small Unmanned Aerial Systems (UAS) and related support equipment, intending to award a sole source contract to FREEFLY SYSTEMS INC, the sole provider of these items. The contracting action will occur under FAR guidelines at NASA's Ames Research Center. The acquisition focuses on commercial items and will utilize FAR Parts 12 and 13 for procurement. Interested entities can submit their qualifications in writing by January 22, 2025, to assess potential for competitive bidding. The government's discretion will determine whether this effort will proceed competitively. All communications must be written, and further procurement details are available through the designated point of contact, Tessa Martinez, a Procurement Specialist at NASA.
Lifecycle
Similar Opportunities
Request for Quotes - Brand Name Skydio, Inc, Drone Products - Total Small Business Set-Aside
Buyer not available
The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is soliciting quotes for brand name Skydio, Inc. drone products under a total small business set-aside. The procurement includes one Skydio X10D + 3D Scan Starter Solution and one Skydio RTK/PPK for X10D, with a requirement for complete quotes that meet specified technical and pricing criteria. These drone products are essential for various defense applications, highlighting the importance of advanced aerial technology in military operations. Interested small businesses must submit their quotes by April 8, 2025, with inquiries directed to Contract Specialist Stephen O'Neill at stephen.a.oneill8.civ@us.navy.mil.
TECHNOLOGY TRANSFER OPPORTUNITY: Reliable Geo-Limitation Algorithm for Unmanned Aircraft (LAR-TOPS-244)
Buyer not available
Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a reliable geo-limitation algorithm for unmanned aircraft. This technology, called Safeguard, is developed by NASA Langley Research Center and is designed to detect and prevent unmanned aircraft from flying beyond authorized perimeters and into no-fly zones. Safeguard can be applied to both rotary- and fixed-wing systems and has the potential to comply with pending regulatory directives for geo-limitation in the UAS industry. The technology is an independent avionics equipment that can be easily integrated into any unmanned aircraft. It weighs approximately 1 lb and includes formally verified algorithms to monitor and predict boundary violations. The system operates independently of the UA and any on-board components, such as the autopilot, ensuring separation from non-aviation-grade systems. The perimeter boundaries can be described using polygons, allowing for flexibility in defining boundaries. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). No funding is provided by NASA in conjunction with these potential licenses. For more information, please visit the NASA Technology Transfer Portal.
TECHNOLOGY TRANSFER OPPORTUNITY: Control and Tracking for Tethered Airborne Vehicles (LAR-TOPS-40)
Buyer not available
Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking companies interested in obtaining license rights to commercialize, manufacture, and market a technology for control and tracking of tethered airborne vehicles. The technology consists of a hardware and software control system that tracks the flight of kite-like tethered vehicles using a pan-tilt platform, a visible-spectrum digital camera, and tracking control software. The system controls the flight of the vehicle to keep its position on a Figure-8 trajectory, maximizing velocity. NASA is looking for development partners to make the system more robust and user-friendly by testing it in real-world systems. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, contact Langley Research Center. No follow-on procurement is expected from this notice.
Speedgoat IO Modules
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Speedgoat IO Modules through a sole source contract with Speedgoat, Inc., the sole provider of these modules. The procurement aims to fulfill specific requirements at the NASA Langley Research Center (LARC), where these modules will be utilized for various research and development activities. Interested organizations are invited to submit their capabilities and qualifications in writing by 2:30 p.m. Central Standard Time on April 7, 2025, to determine if the procurement will be conducted on a competitive basis. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Shari Trigg at shari.trigg@nasa.gov.
Amendment 001 - NASA Flight Crew Training
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for flight crew training services under Solicitation No. 80AFC25Q0005, specifically targeting Commercial Off the Shelf (COTS) academic and simulator training for its flight crew and maintainers. The procurement aims to ensure that NASA personnel maintain their proficiency through comprehensive training programs, including ground school instruction and simulator training for various aircraft models, such as the PC-12 and KA-200. This initiative is crucial for enhancing operational safety and effectiveness within NASA's aviation programs. Interested offerors must submit their proposals by 1:00 PM Pacific on April 11, 2025, to Bernard Cenidoza at bernard.c.cenidoza@nasa.gov, and are encouraged to review the attached documents for detailed requirements and compliance guidelines.
Tessa Instrument
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the Tessa Instrument from AZ Technology Inc., which is identified as the sole source provider for this specialized equipment. The Tessa Instrument is crucial for supporting testing related to the Lunar Outpost Lunar Terrain Vehicle project at the Electrostatics and Surface Physics Laboratory located at NASA's Kennedy Space Center. The procurement will follow FAR Part 12 and FAR Part 13 guidelines, with a performance period of 0.5 months commencing upon payment, and delivery to a specified address in Huntsville, Alabama. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman by 3:00 p.m. Central Standard Time on April 8, 2025, to be considered for this opportunity.
Simulation and Advanced Software Services II (SASS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
C-UAS Dismount
Buyer not available
The Department of Defense, specifically the U.S. Air Force Life Cycle Management Center (AFLCMC), is seeking sources capable of providing a dismounted counter-unmanned aerial systems (C-UAS) solution to enhance force protection for personnel in areas vulnerable to enemy drones. The system must autonomously detect, identify, and defeat adversary unmanned aerial systems (UAS), focusing on ensuring personnel safety during both movement and stationary operations. Key performance specifications include detection ranges of 5 to 10 kilometers, the ability to neutralize multiple targets simultaneously, and adherence to strict size and weight constraints, with a total system weight not exceeding 12 pounds. Interested vendors are encouraged to submit detailed responses, including technical specifications and rough cost estimates, by April 9, 2025, to the designated contacts, Jared Rush and Matteo Zucchi, via their provided email addresses.
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.
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.