Two Windows Puget Workstation EPYC 9004 E210-XL
ID: 80NSSC24875991QType: Special Notice
Overview

Buyer

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

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - COMPUTE: MAINFRAME (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B21)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is issuing a special notice regarding its requirement for two Windows Puget Workstation EPYC 9004 E210-XL computers.

    NASA/NSSC intends to award a sole-source contract to Puget Sound Systems, Inc. as the sole provider of this specialized workstation. The procurement follows FAR Part 12 and FAR Part 13 guidelines for acquiring commercial items and services.

    The agency seeks responses from qualified organizations regarding their capabilities and qualifications to perform the work. Interested parties have until 9:00 a.m. CST on July 31, 2024, to submit their credentials. NASA will evaluate these submissions to determine if a competitive procurement process is warranted.

    The NAICS Code for this opportunity is 334111: Electronic Computer Manufacturing, and the PSC Code is 7B21: IT and Telecom - Compute: Mainframe (Hardware and Perpetual License Software).

    This special notice does not constitute a Request for Proposal (RFP), and NASA retains the discretion to make a sole-source award. Oral communications will not be accepted in response to this notice.

    For further information, interested parties may contact Cody Guidry, Procurement Specialist, at cody.d.guidry@nasa.gov. NASA's Center Ombudsman can also provide information and is available at the URL provided: http://prod.nais.nasa.gov/pub/pub_library/Omb.html.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Concurrent Real-Time Inc. iHawk computer maintenance agreement renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking to renew the maintenance agreement for Concurrent Real-Time Inc. iHawk computers. This agreement is essential for the operation and upkeep of the iHawk computer systems. NASA/NSSC intends to issue a sole source contract to Concurrent Real-Time Inc., the sole provider of this service. The performance location will be at NASA/Ames Research Center (ARC) in the USA. Interested organizations must submit their capabilities and qualifications by 12/24/2022. This procurement falls under the Total Small Business Set-Aside (FAR 19.5) category.
    Windows 11 upgraded computer system for control of an EDS
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure a Windows 11 upgraded computer system specifically designed for the control of an X-Max Energy Dispersive Spectroscopy (EDS) detector. This sole source requirement emphasizes the need for a comprehensive upgrade that includes a Windows 11 PC, a 27-inch wide-screen monitor, the Microanalysis Suite for Windows 11 software, a Firebird FG card, and a Firebird cam link cable, ensuring the EDS operates with the latest technology and software enhancements. Such upgrades are critical for maintaining operational efficiency and compliance with current technological standards in government operations. Interested organizations are encouraged to submit their qualifications by September 10, 2024, with Tessa Martinez serving as the primary contact for this procurement at tessa.m.martinez@nasa.gov.
    Ruggedized Mission Console
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking small businesses to provide a Ruggedized Mission Console/Display, as outlined in their Request for Quotation (RFQ) 80NSSC24881479Q. The procurement requires compliance with military standards, specifically MIL-STD-810G and MIL-STD-461F, and mandates a minimum display size of 17 inches with VGA and DVI inputs. This equipment is crucial for NASA's operations in demanding environments, ensuring reliability and performance during missions. Interested vendors must submit their quotes by September 11, 2024, and can direct inquiries to Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    Semiconductor Probe Station
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for a semiconductor probe station, specifically the Signatone S-1160B-8N, through a Request for Quotation (RFQ) issued under number 80NSSC24881094Q. This procurement aims to acquire a specialized piece of laboratory equipment essential for semiconductor research, ensuring compatibility with existing systems at NASA's Glenn Research Center in Cleveland, Ohio. The RFQ is set aside for small businesses, with quotes due by September 12, 2024, and inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov. Vendors must comply with federal acquisition regulations and provide necessary representations and certifications to participate in this opportunity.
    Pre-Exploration Production and Operations Contract (Pre-EPOC) Evaluation and Readiness
    Active
    National Aeronautics And Space Administration
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION Pre-Exploration Production & Operations Contract (Pre-EPOC) Evaluation & Readiness The National Aeronautics and Space Administration (NASA) is providing this special notice to enhance industry understanding of their ongoing Exploration Production and Operations Contract (EPOC) effort. The purpose of this contract is to transition the method of contracting for the Space Launch System (SLS) from procuring spaceflight hardware from multiple contractors to procuring SLS as a launch service from a single contractor. The EPOC Contractor, Deep Space Transport, LLC (DST), will be responsible for assuming design authority of the integrated SLS Vehicle, managing production and assembly of the SLS Vehicle, supporting cross-program integration activities, and performing post-flight assessments. To reduce risk in the transition to and implementation of the launch service provider model through EPOC, NASA has revised their contracting approach and introduced a longer-term preliminary contract called Pre-Exploration Production and Operations Contract (Pre-EPOC) Evaluation and Readiness. Under this contract, DST will begin performing programmatic and integration activities, demonstrate readiness to perform production and operations tasks, exercise management of the SLS technical baseline, and formulate the development of the EPOC Transition Plans. Pre-EPOC will also require DST to manage work across multiple Original Equipment Manufacturers (OEMs), demonstrate technical capabilities, and identify programmatic and cost efficiencies. The award of Pre-EPOC is anticipated in early 2024, followed by the award of EPOC closer to the beginning of major hardware production for Artemis V. NASA remains on track to have DST assume the long-term production and operations of SLS for crewed Artemis launches beginning with Artemis V. Market research is ongoing for Pre-EPOC and will continue ahead of any future EPOC procurement. For more information, please refer to the SAM.gov posting: [link] (Source: SAM.gov)
    Notice of Intent to Sole Source to Keysight Technologies, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole-source contract to Keysight Technologies, LLC for the delivery, installation, and commissioning of two Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This procurement is justified under FAR 6.302-1, indicating that only one responsible source is available to meet NASA's specific technical requirements. The contract will encompass not only the power supplies but also various related systems, including a Data Acquisition System and Scienlab Measurement and Control Modules, highlighting the critical role these components play in NASA's operations. Interested parties may submit a statement of capabilities by September 20, 2024, to the primary contact, Seliste Acres, at seliste.c.acres@nasa.gov, although this announcement is not a solicitation for competitive quotes.
    Notice of Intent to Award Sole Source- Bentley Sofware
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) intends to award a sole source contract for Bentley software licenses and associated support services through its authorized Channel Partner, Carahsoft. The procurement will include essential software products such as Bentley AutoPIPE Advanced, MicroStation, and OpenBuildings Designer, which are critical for operations across multiple NASA centers. This contract will be structured as a firm-fixed price agreement with a 12-month base year and two optional years for maintenance services, utilizing NAICS code 541511 for Custom Computer Programming Services. Interested organizations may submit their capabilities for consideration, although the final decision on competitive bidding will rest with NASA. For further inquiries, please refer to the official notice, as oral communications will not be accepted.
    IMAGINiT Technologies Consulting Services
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) seeks authorized resellers for brand name IMAGINiT Technologies Consulting Services, a sole-source contract for specialized consulting expertise related to functional requirements definition, solution architecture, and drawing conversion. This procurement is focused on NASA-specific needs, emphasizing security and documentation. With a concise period of performance, vendors are invited to submit detailed proposals by August 13, 2024, for a potential contract award managed by the NASA Shared Services Center. IMAGINiT Technologies Consulting Services are crucial to NASA's Facilities Office, offering an extensive intellectual property database that enables floor space management, CAD drawing creation, and emergency preparedness. The software's specialized nature and NASA's extensive historical data make competition impractical. As a result, NASA aims to negotiate with the brand name vendor to ensure operational continuity. Interested parties should contact Tessa Martinez at tessa.m.martinez@nasa.gov for further information on this opportunity, which has a projected value of up to $500,000.
    Window Replacement
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for a window replacement project under the Request for Quotation (RFQ) 80NSSC24881837Q. This procurement is specifically set aside for small businesses and requires compliance with various federal regulations, including registration at SAM.gov and completion of necessary representations and certifications. The selected contractor will be responsible for providing window replacement services, which are crucial for maintaining operational integrity and safety within NASA facilities. Quotes must be submitted by September 11, 2024, and all inquiries should be directed to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 9, 2024.
    Extended Short-Wave Infrared (SWIR) Camera and Lens
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure an Extended Short-Wave Infrared (SWIR) Camera and Lens, specifically the Allied Vision Goldeye G-008 XSWIR camera system, from Axiom Optics, Inc. This procurement is essential for NASA's ongoing research initiatives that require advanced imaging technology capable of operating at wavelengths up to 2200nm, which is critical for specific optical diagnostic applications. The total estimated cost for this sole-source contract is competitive, with a delivery timeline of four weeks after receipt of the order, ensuring that NASA maintains operational consistency and performance in its imaging capabilities. Interested organizations must submit their qualifications in writing to the primary contact, Monica Wilson, at monica.d.wilson@nasa.gov, by 9:00 a.m. Central Standard Time on September 12, 2024, to be considered for this opportunity.