ESS parts/supplies for building security maintenance and upgrades
ID: 80NSSC26922532QType: Combined Synopsis/Solicitation
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

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotes for Electronic Security System (ESS) parts and supplies necessary for building security maintenance and upgrades at the Office of Protective Services, Langley Research Center (LaRC). The procurement includes a variety of components such as motorized latch retractions, mounting magnets, power supplies, panoramic cameras, and other essential items to enhance security infrastructure. This brand-name requirement is set aside for small businesses under NAICS code 541519, emphasizing the importance of compliance with federal acquisition regulations. Quotes are due by January 9, 2026, at 4:00 p.m. CT, and all inquiries must be directed to Lindsey McLellan by January 7, 2026, at 4:00 p.m. CT.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines the procurement of Electronic Security System (ESS) parts and supplies for building security maintenance and upgrades at the Office of Protective Services, LaRC. The required items include various components for motorized latch retractions, mounting magnets, power supplies, panoramic cameras, license plate verifiers, midspans, cables, magnetic contacts, and wiring. The period of performance is 30 days from the date of award. Additionally, the contract incorporates clauses regarding the disclosure and acquisition of Artificial Intelligence (AI) technologies, as per September 2025 guidelines.
    The NASA Shared Services Center issued Request for Quotation (RFQ) 80NSSC26922532Q for ESS parts and supplies for building security maintenance and upgrades. This solicitation, dated January 5, 2026, is a brand-name requirement set aside for small businesses, with a NAICS code of 541519. Quotes are due by January 9, 2026, at 4:00 p.m. CT and must remain valid for 30 days. All questions must be submitted in writing to Lindsey McLellan by January 7, 2026, at 4:00 p.m. CT. Offerors must be registered with SAM.gov and complete specific provisions regarding telecommunications and video surveillance services. The RFQ includes various FAR and NASA FAR Supplement clauses covering commercial item terms, whistleblower rights, export licenses, and an ombudsman for dispute resolution, emphasizing compliance with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Swagelok M200 Orbital Welding System
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is issuing a Request for Quotation (RFQ) for the procurement of a Swagelok M200 Orbital Welding System, specifically set aside for small businesses under NAICS Code 333992. This advanced welding system is crucial for the Smart Sensing and Electronics System branch at NASA Glenn Research Center, where it will be utilized for welding Swagelok fittings and lines to support the development of semiconductor equipment for aerospace applications. The system must meet specific technical requirements, including compatibility with various weld sizes, performance monitoring capabilities, and portability, while being supplied by an authorized dealer or OEM. Quotes are due by January 13, 2026, at 12:00 p.m. CT, and all inquiries should be directed to Kimberlynn Lancaster at Kimberlynn.m.lancaster@nasa.gov by January 9, 2026, at 3:00 p.m. CT.
    Unmanned Aircraft System (UAS) detection and analysis services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for Unmanned Aircraft System (UAS) detection and analysis services at the Kennedy Space Center (KSC) in Merritt Island, Florida. The contractor will be responsible for providing real-time UAS detection, monitoring, and threat analysis across KSC's 144,000 acres, ensuring the safety and security of personnel, launch vehicles, and critical assets. This procurement is crucial for maintaining operational integrity and compliance with security protocols, as the detection system must integrate with existing counter-UAS systems used by the FBI, US Air Force, and US Space Force. Interested firms are invited to submit capability statements by February 9, 2026, and should direct inquiries to Justin Ko at justin.j.ko@nasa.gov.
    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.
    Pinpoint Laser Systems laser alignment system
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking a sole-source procurement for the Pinpoint Laser Systems laser alignment system, specifically the Microgage PRO Plus - Standard Dual Axis Transceiver Alignment Kit. This high-precision kit is essential for achieving angular alignment with a measurement accuracy of 2.5 microns, and it includes critical components such as a Laser Transceiver, Display Unit, and proprietary Capture software for real-time data tracking. The unique capabilities of this system are vital for NASA's planned experiments, as alternative systems would not meet the necessary measurement tolerances. Interested vendors, specifically authorized resellers, should contact Stephanie Graham at Stephanie.n.Graham@nasa.gov for further details, with delivery required six weeks after receipt of the order.
    Enterprise Endpoint Support Services (EESS) Request for Information (RFI)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from qualified vendors for the Enterprise Endpoint Support Services (EESS) through a Request for Information (RFI) issued by the Jet Propulsion Laboratory (JPL). The objective is to identify vendors capable of providing a comprehensive next-generation IT support solution that includes a 24x7 Service Desk, advanced AI-enabled tools, on-site deskside support, and resources for engineering, cybersecurity, and IT Service Management (ITSM) development. This initiative is critical for managing approximately 5,000 Windows, 2,000 Mac, and 250 Red Hat Enterprise Linux computers, along with 5,000 Apple iPhones, ensuring efficient IT operations at JPL. Interested vendors must submit their responses by February 12, 2026, with written questions due by January 21, 2026, and responses to those questions provided by February 4, 2026. For further inquiries, vendors can contact Gloria Cerda at Gloria.E.Cerda@jpl.nasa.gov or by phone at 747-261-8842.
    2 Low Temperature Positioning Systems
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure two Low Temperature Positioning Systems, which are critical components for its Mars Exploration Program's Shared Sample Pre-Processing Technologies project. The procurement will involve a sole source contract with ATTOCUBE SYSTEMS GMBH, the only identified provider of these specialized systems, which include specific components such as linear nanopositioners and a motion controller. The delivery of these systems is expected within 8-10 weeks to the NASA Goddard Space Flight Center, with a deadline for interested organizations to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on January 15, 2026. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Tiffany Neal at tiffany.neal@nasa.gov.
    Extended Warranty for 2 EOS Machines
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking a sole-source procurement for an extended warranty for two EOS machines, specifically the EOS M290 and M100 systems. This warranty will cover repairs, upgrades, and preventive maintenance from January 30, 2026, to January 30, 2027, including annual inspections and unscheduled repairs to ensure the machines' optimal functionality and compliance with ISO9001 standards. The specialized maintenance is critical for the continued operation of these machines, as the vendor holds proprietary rights essential for compatibility with existing systems. Interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov for further details regarding this opportunity.
    Surveillance System- USCG STA Yaquina Bay
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the removal and installation of a new TAA-compliant security camera system at the U.S. Coast Guard Station Yaquina Bay in Newport, Oregon. The project entails the design, procurement, and installation of up to nine cameras, ensuring 24/7 monitoring capabilities and a minimum of 30 days of video storage, while adhering to specific compliance requirements regarding materials. This procurement is set aside exclusively for small businesses, with quotes due by 3 PM PST on January 23, 2026, and a site visit scheduled for January 7, 2026. Interested vendors should contact Ava Stow at ava.m.stow@uscg.mil for further details and to RSVP for the site visit.
    53--LOCK,ELECTROMAGNETI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 108 units of an electromagnetic lock (NSN 5340015216384). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated nine orders per year and a guaranteed minimum quantity of 16 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these locks in defense logistics operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online through the DLA's procurement portal.
    SNA Software LLC. Limited Source Justification
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.