ABB MR304SC Series Spectroradiometer
ID: 80TECH25Q0033Type: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA IT PROCUREMENT OFFICEGreenbelt, MD, 20771, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

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

    NASA's National Aeronautics and Space Administration is seeking proposals for the procurement of an ABB MR304SC Series Spectroradiometer, intended for use at the Glenn Research Center in Cleveland, Ohio. The objective is to acquire a Fourier transform infrared spectroscopy (FTIR) system that meets specific technical requirements, including dual input/output ports, specialized infrared detectors, and a software suite capable of remote operation and data analysis. This advanced spectroradiometer is crucial for conducting precise spectral analyses necessary for ongoing scientific research, ensuring operational stability and minimal noise under defined environmental conditions. Interested vendors should note that delivery is expected within 52 weeks of order receipt, and inquiries can be directed to Sara Stuart at sara.stuart@nasa.gov or Debbie Matthews at debbie.r.matthews@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines a Request for Proposal (RFP) for the procurement of an ABB MR304SC Series spectroradiometer, intended for the Glenn Research Center (GRC). The objective is to acquire a Fourier transform infrared spectroscopy (FTIR) system equipped with specific optical and software components. Requirements include dual input/output ports, specialized IR detectors with defined wavelength responses, temperature control, and a software suite capable of remote operation and data analysis. The spectroradiometer must perform under strict measurement performance criteria, ensuring minimal noise and operational stability across specified environmental conditions. Delivery of the system is expected within 52 weeks to the specified NASA location in Cleveland, OH. This comprehensive RFP highlights the government's focus on acquiring advanced research equipment aligned with stringent performance standards, ensuring the capability to conduct precise spectral analyses essential for ongoing scientific research.
    The document outlines RFQ #80TECH25Q0033 issued by NASA's Information Technology Procurement Office for the procurement of ABB MR304SC Spectroradiometer equipment on a firm fixed price basis. It delineates the order's precedence, stipulates delivery requirements within 52 weeks after receipt of order, and mandates that invoices be submitted in compliance with NASA's financial regulations. The contract's terms are governed by the Federal Acquisition Regulation (FAR) and NASA supplements, including clauses related to compliance with whistleblower rights, export licenses, and specific prohibitions against using certain telecommunications equipment, among others. The document also incorporates clauses regarding payment processing, the obligations of the contractor, and conditions for delivery and invoicing. Furthermore, it outlines the arrangement for handling disputes through the appointed ombudsman and confirms that all exports must comply with U.S. export laws. The attached Statement of Work details the specific services and deliverables required. This solicitation reflects NASA's commitment to adhering to federal procurement standards while fulfilling technological needs.
    The objective of this government RFP is to procure a Fourier Transform Infrared Spectroscopy (FTIR) System, specifically a spectroradiometer, intended as an enhancement for the sensing capabilities in Code KA. The document details extensive technical specifications, including dual input/output optical ports, various configurations of infrared detectors (MCT and InSb), and required software functionalities for remote operation and data analysis. Measurement performance criteria are specified, such as noise-equivalent spectral radiance limits, optical throughput, and wavenumber resolution options. Additionally, the FTIR System must meet certain electrical and physical standards, ensuring functionality under various environmental conditions and testing protocols. The expected delivery timeframe is set at 26 weeks from the acknowledgment of receipt of order, with the delivery location specified as the NASA Glenn Research Center in Cleveland, Ohio. This RFP reflects the government’s place in acquiring advanced scientific instruments to support research and development goals.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    MXR-100HP20 X-Ray System Purchase
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the purchase of a brand-name MXR-100HP20 X-Ray System from Gulmay Incorporated, specifically designated for use at NASA's Kennedy Space Center. This procurement is restricted to authorized resellers and is set aside for small businesses, emphasizing the importance of compliance with federal regulations and the need for specific high-voltage laboratory equipment essential for ongoing scientific applications. The delivery lead-time is estimated at 6-8 weeks after receipt of order, and interested offerors must submit their quotes by March 10, 2025. For further inquiries, potential bidders can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    new replacement signal generator from manufacturer, Keysight Technologies.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for a new replacement signal generator from Keysight Technologies, as part of a procurement request (RFQ 80NSSC25896419Q). This solicitation aims to fulfill specific requirements outlined in the Statement of Work, ensuring compliance with federal contracting standards while promoting transparency and fairness in the procurement process. The signal generator is crucial for various laboratory applications, contributing to NASA's mission of advancing aeronautics and space exploration. Quotes are due by March 13, 2025, and must be submitted to the designated contracting officer, Sara Jusino-Terry, with all inquiries directed to her by March 11, 2025. Offerors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Purchase of MS-40 GT Dry New Helium Leak Detector
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure an MS-40 GT Dry New Helium Leak Detector, specifically from Vacuum Instruments Corporation, through a total small business set-aside contract. This advanced leak detection equipment is crucial for maintaining operational efficiency in NASA's vacuum facilities, as it standardizes components and reduces costs associated with spare parts and training. Interested vendors must comply with detailed specifications, including sensitivity ranges and communication protocols, and are required to submit their quotations by March 12, 2025. For further inquiries, vendors can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    1-WRD-180 Double Ridge Waveguide Calibration Kit & 1- Waveguide Adapter
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 1-WRD-180 Double Ridge Waveguide Calibration Kit and a corresponding waveguide adapter, specifically set aside for small businesses. The calibration kit is designed to operate within a temperature range of 4 °C to 40 °C and supports microwave frequencies from 18 GHz to 40 GHz, featuring a maximum Voltage Standing Wave Ratio (VSWR) of 1.25, making it essential for precise electrical testing and analysis. Interested offerors must submit their quotes by 3:00 p.m. CT on March 12, 2025, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Cody Guidry at cody.d.guidry@nasa.gov.
    TECHNOLOGY TRANSFER OPPORTUNITY: SansEC Spectroscopy (LAR-TOPS-192)
    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 the SansEC Spectroscopy technology. This technology combines the SansEC circuit with a magnetic field reader to detect magnetic or electric field changes and produce a spectroscopy readout. It has applications in various fields such as medical oncology screenings, surface measurements of aeronautic skins, and bore hole geological spectroscopy. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    1 flow cytometer to detect and measure the physical and chemical characteristics of a population of cells or particles.
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure one flow cytometer to detect and measure the physical and chemical characteristics of cell populations, with operational activities to be conducted at the Johnson Space Center in Houston, Texas. The flow cytometer must meet specific technical requirements, including four laser wavelengths and stringent performance metrics, to support NASA's research initiatives. This procurement is expected to be a sole source contract awarded to Beckman Coulter, Inc., as they are the exclusive provider of this equipment, although interested organizations are invited to submit their qualifications by 1 p.m. Central Time on March 11, 2025, for potential evaluation of competitive procurement. For inquiries, interested parties may contact Cara Craft at cara.s.craft@nasa.gov.
    TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
    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 simplified hi-res flow visualization assembly. This assembly, developed by researchers at NASA's Langley Research Center, is a compact and easy-to-use optical system that enables focusing schlieren imaging. It reduces complexity and alignment time compared to conventional systems, and is self-aligned, compact, and cost-effective. The assembly can be attached to a commercial-off-the-shelf camera and is capable of fields-of-view of 10 and 300 millimeters. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    Sources Sought Notice for EUV Reflectometer for SURF III
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking sources for an EUV Reflectometer intended for use in laboratory settings at their facility in Gaithersburg, Maryland. This procurement aims to acquire advanced measurement instruments that will enhance precision in scientific research, focusing on specific sample orientations and detector functionalities as outlined in the associated schematic figures. The reflectometer will play a crucial role in capturing data essential for various experimental needs, emphasizing the importance of detailed engineering specifications. Interested vendors can reach out to Jenna Bortner at jenna.bortner@nist.gov or Forest Crumpler at forest.crumpler@nist.gov for further information regarding this opportunity.
    TECHNOLOGY TRANSFER OPPORTUNITY: Smart Optics Material Characterization System (LAR-TOPS-76)
    Buyer not available
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is soliciting inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a Smart Optics Material Characterization System. This system, developed by NASA's Langley Research Center, is a wireless, open-circuit SansEC sensor that can detect the presence of chemicals without being in contact with them. It uses a unique thin-film design and a chemical reactant to detect specific chemicals in caustic or harsh environments. The sensors are cost-effective and environmentally friendly to manufacture and use. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). No funding is provided with these potential licenses. For more information, visit the NASA Technology Transfer Portal.
    CRD Reflectometer
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.