Rohde & Schwarz MXO5 Oscilloscope
ID: 80NSSC24882805QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - MOBILE DEVICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7E21)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) is seeking to procure a Rohde & Schwarz MXO5 Oscilloscope, specifically the MXO54 model, to enhance the research capabilities at the NASA Langley Research Center (LaRC) in Hampton, Virginia. This procurement is a brand name requirement due to the oscilloscope's unique compatibility with existing systems and its critical functionality for monitoring voltage and current during testing, which is essential for ensuring the safety of space flight hardware. The selected oscilloscope will support advanced research activities and is expected to be delivered within four weeks of order confirmation, including additional items such as software licenses and warranty extensions. Interested vendors must submit their quotes by September 11, 2024, referencing tracking number 80NSSC24882805Q in their correspondence, and can contact Shanna Patterson at shanna.l.patterson@nasa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Langley Research Center (LARC) is seeking to procure a Rohde & Schwarz MXO5 Oscilloscope to enhance its research capabilities. The order includes one main oscilloscope (MXO54 model) with specifications such as a 350 MHz bandwidth, upgradeable to 2 GHz, and features like a 12-bit ADC and a sample rate of 5 Gsample/s. Additional items in the procurement list comprise bandwidth and memory upgrades, software licenses, protective covers, and a warranty extension. Each item has defined part numbers and quantities, accompanied by a warranty of 12 months. The total delivery period is specified as four weeks from order confirmation. The procurement serves to equip NASA LaRC located in Hampton, Virginia, facilitating advanced research activities by ensuring appropriate technological tools are at their disposal, reflecting the agency's commitment to maintaining cutting-edge operational capabilities.
    This document outlines a recommendation from the NASA Shared Services Center to procure a specific brand of oscilloscope, the R&S MXO5 from Rohde & Schwarz USA, Inc., based on the unique requirements of the NASA Langley Research Center's EMC testing facility. The document states that this oscilloscope's compatibility with existing systems and its specific functionality for monitoring voltage and current during testing are essential for ensuring the safety of space flight hardware. It emphasizes that alternative brands may fail to meet the necessary technical specifications, potentially exposing hardware to risks of damage due to inadequate monitoring. The report also highlights that the oscilloscope's seamless integration with the Rohde & Schwarz Elektra software is critical, as inconsistencies with other vendors could compromise the testing environment's reliability. In conclusion, the document supports a sole-source acquisition approach, citing unique product characteristics as justification for this decision.
    The document outlines a Request for Proposal (RFP) from NASA for commercial products and services, specifically highlighting a "Brand Name" requirement. It sets forth the submission requirements, including the need for specific registration (CAGE/UEI code), point of contact information, and lead time for delivery. Quotes are due by September 11, 2024, with a preference for responses from small businesses registered in the System for Award Management (SAM). Key contractual provisions detail obligations related to telecommunications equipment, child labor, and representations regarding the ownership of the offeror, among others. Offerors must certify compliance with various federal regulations, including those related to domestic content and small business designations, ensuring no participation with entities engaging in sanctioned activities related to Iran. The RFP emphasizes the necessity for clarity in representation and certifications to fulfill federal acquisition regulations. It highlights that failure to comply with specified clauses, such as telecommunications regulations, can jeopardize the potential award of the contract. This RFP illustrates NASA's commitment to transparency, compliance, and supporting small business participation in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    32 Channel VibRunner Data Acquisition Upgrade
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 32 Channel VibRunner Data Acquisition Upgrade, a critical component for enhancing measurement and data acquisition systems at the NASA Langley Research Center. The procurement includes the acquisition of 24 channels of 820 VibRunner, additional hardware, software licenses, and calibration services to ensure compliance with federal standards. This upgrade is essential for maintaining high-quality research operations and operational efficiency in aerospace projects. Interested vendors must submit their quotes by September 20, 2024, and include the tracking number (80NSSC24883871Q) in their email correspondence to the primary contact, Shanna Patterson, at shanna.l.patterson@nasa.gov.
    4K Resolution Digital Microscope
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for a 4K resolution digital microscope to enhance quality control inspections during the fabrication of silicon carbide integrated circuits and sensors. The microscope must meet specific requirements, including compatibility with ISO 5 clean rooms, a magnification range of 5x to 6000x, and an integrated motorized XYZ stage capable of holding wafers up to 200 mm in diameter, among other features. This procurement is critical for ensuring high-quality manufacturing processes in aerospace applications, reflecting NASA's commitment to advanced technology and support for small businesses. Quotations are due by September 16, 2024, and interested parties should contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136 for further information.
    Eddyfi Ectane 3 with 64-channel ECA and SmartMUX
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure an Eddyfi Ectane 3 with a 64-channel Eddy Current Array (ECA) and SmartMUX system, which is crucial for inspecting critical welds in space launch systems. The procurement aims to achieve a 90% probability of detection (POD) with 95% confidence for cyclically grown fatigue cracks, utilizing advanced features such as compatibility with a 64-element probe arrangement and customization via Magnifi software. This specialized inspection system is vital for ensuring the safety and reliability of components used in space exploration, with delivery expected within five weeks of order placement at NASA Langley Research Center. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on September 16, 2024, to be considered for this sole source contract.
    Low Power Programmable AC Source
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of four Low Power Programmable AC Sources, specifically the Chroma 61604 model, as part of a total small business set-aside initiative. These AC sources are required to deliver up to 300 Vrms with a current rating of 16 Arms and a power capacity of 2000 VA, operating across a frequency range of 15 Hz to 1 kHz or in DC mode, to support various government testing and measurement tasks. The procurement emphasizes the need for accurate and reliable equipment to enhance research and operational capabilities, with a submission deadline for quotes set for August 29, 2024, at 3:00 p.m. CT. Interested vendors must ensure they are registered in the System for Award Management (SAM) and direct any inquiries to Kacey Hickman via email at kacey.l.hickman@nasa.gov.
    Nikon SMZ18 Stereomicroscope
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a Nikon SMZ18 Stereomicroscope, which is essential for the Observational Cosmology Lab at NASA’s Goddard Space Flight Center. This specialized microscope is required for inspecting focal plane assemblies used in astrophysics technologies, with a magnification range of approximately 10X-200X, and must include an integrated camera and monitor to ensure the integrity of detector components. The procurement emphasizes the need for precision and reliability in instrumentation to support advancements in astrophysics research, with the project expected to be completed by January 1, 2025. Interested suppliers should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details regarding the proposal submission process.
    NASA LaRC TE Connectivity Optimus System
    Active
    National Aeronautics And Space Administration
    NASA's Langley Research Center (LaRC) is seeking to procure additional TE Connectivity Optimus hardware necessary for the Electronically Scanned Pressure System Replacement in its 14-by-22-Foot Subsonic Tunnel. This procurement is critical for enhancing pressure measurement systems that support aerodynamic testing, ensuring compatibility with existing systems due to prior investments in TE Connectivity products. Quotes for this opportunity are due by 5:00 PM ET on September 17, 2024, with delivery expected within 60 weeks of order receipt. Interested vendors must be registered in the System for Award Management (SAM) and can contact Kavina Patel or Michelle Downs for further information.
    AUTOFLEX MAX™ MALDI TOF/TOF SYSTEM BRAND NAME OR EQUIVALENT for Goddard Space Flight Center
    Active
    National Aeronautics And Space Administration
    NASA's Goddard Space Flight Center is seeking quotations for an Autoflex Max™ MALDI TOF/TOF System or an equivalent product, as part of a combined synopsis/solicitation under RFQ 80TECH24Q0050. The procurement aims to acquire a Time-of-Flight Mass Spectrometer system, which is critical for analytical laboratory applications in support of NASA's scientific research initiatives. The selected contractor must deliver the system within ten weeks of order receipt to the specified location in Greenbelt, Maryland, and the contract will be awarded based on the lowest price technically acceptable. Interested vendors must submit their quotes, including technical specifications and pricing, by 12:00 PM Eastern Daylight Time on September 18, 2024, and direct any inquiries to Christina Ostronic or Kaelin Kelley via their provided email addresses.
    TI development interance and Zyngus evaluation board
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking quotations for the procurement of a TI development interface and Zyngus evaluation board, which are critical for testing advanced detection systems in astrophysics missions. This procurement is designated as a brand-name requirement and involves the delivery of specific evaluation boards, including two Xilinx ZCU-111 RFSoC Evaluation Boards and two Texas Instruments TSW14DL3200EVM DAC Evaluation Boards, to the Goddard Space Flight Center in Greenbelt, Maryland. The successful delivery of these items is essential for the effective development and deployment of Kinetic Inductance Detectors (KIDs) and Transition-Edge Sensor (TES) bolometers, reinforcing NASA's commitment to cutting-edge space research. Interested small businesses must submit their quotes by September 19, 2024, and are required to provide their Unique Entity Identifier (UEI) along with compliance with federal regulations; for further inquiries, they can contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or call 228-813-6067.
    Remedi Device Portable X-Ray Unit REMEX-KA6
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Remedi Device Portable X-Ray Unit, model REMEX-KA6, through a sole source contract with REMEDI INC., the exclusive supplier of this equipment. The procurement aims to acquire commercial items under FAR Part 12 and 13 procedures, with the performance location designated as NASA’s Glenn Research Center. This portable X-ray unit is crucial for various medical and surgical applications, enhancing operational capabilities within NASA's research and development initiatives. Interested parties are invited to submit their capabilities and qualifications in writing by 4 p.m. Central Standard Time on September 16, 2024, with all inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    Rohde & Schwarz 50Ghz Vector Network Analyzer (Must be an Authorized Reseller) NO SUBSTITUTES
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven Science Associates, LLC, is soliciting quotes for a Rohde & Schwarz 50GHz Vector Network Analyzer, with strict no-substitutes requirements. This procurement aims to acquire specialized scientific equipment essential for research and development activities at Brookhaven National Laboratory. Vendors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI). Interested parties should direct inquiries to Alysha Benincase at abenincas@bnl.gov, and all submissions must include detailed pricing documentation and compliance with federal regulations.