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
    Spare Netscanner modules for the Netscanner system installed at W7 Test Facility in NASA GRC.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking authorized resellers of TE Connectivity to provide spare Netscanner modules for the Netscanner system installed at the W7 Test Facility in Cleveland, Ohio. This procurement is a full and open competition, with specific requirements for the Intelligent Pressure Scanner (Model 9916), which includes precise accuracy, robust overpressure capabilities, and compatibility with existing systems. The procurement is critical for maintaining operational integrity and efficiency at NASA's research facilities, ensuring the availability of essential pressure measurement equipment. Quotes are due by September 20, 2024, and interested vendors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details.
    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.
    Oscilloscope
    Active
    Dept Of Defense
    The Department of Defense, through the Arnold Engineering Development Complex (AEDC) at Arnold AFB in Tennessee, is issuing a Sources Sought Notice to identify potential sources for the procurement of five oscilloscopes and five rackmount kits. This initiative aims to assess the availability and technical capabilities of both small and large businesses to fulfill the government's requirements, which are critical for the efficient testing of high-speed vehicles as part of the Ranges Transient Data System (TDS) replacement project. Interested vendors are encouraged to submit their company details, business size classification, and a brief capabilities package by 1:00 PM CT on October 2, 2024, to facilitate the procurement process, which may lead to a firm-fixed-price contract. For further inquiries, vendors may contact Andrew Waggoner or Robert Mosley via their provided email addresses.
    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.
    Multi-channel Distributed sensing instruments
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Multi-channel Distributed sensing instruments, with plans to award a sole source contract to LUNA Innovations Incorporated, identified as the exclusive provider of these instruments. This procurement is critical for NASA's operations at the Glenn Research Center and will be conducted under the Federal Acquisition Regulation (FAR) guidelines for commercial items. Interested organizations are invited to submit their capabilities and qualifications in writing by 4 p.m. Central Standard Time on September 19, 2024, to determine if the procurement will proceed competitively; oral communications will not be accepted. For further inquiries, interested parties may contact Jacqueline Townley, Procurement Specialist, at jacqueline.e.townley@nasa.gov.
    one (1) each Spectroradiometer Sensor Head for the Spectral Measurements for Atmospheric Radiative Transfer
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure one (1) Spectroradiometer Sensor Head for Spectral Measurements related to Atmospheric Radiative Transfer. This procurement is intended to fulfill a specific requirement, with the contract expected to be awarded on a sole source basis to Sciglob Instruments and Services, the sole provider identified for this specialized equipment. The sensor head is critical for scientific measurements and applications at the NASA Goddard Space Flight Center, emphasizing the importance of precise atmospheric data collection. Interested organizations are invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on September 20, 2024, to Kacey Hickman at kacey.l.hickman@nasa.gov, with the procurement process being guided by FAR Part 12 and FAR Part 13 regulations.
    C.R. Onsrud F144Q12 5- Axis Qube Series CNC Router (F144Q12) Brand Name or Equal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of a C.R. Onsrud F144Q12 5-Axis Qube Series CNC Router, or an equivalent product, as part of Request for Quotation (RFQ) 80TECH24Q0052. This procurement aims to enhance NASA's capabilities at the Langley Research Center by acquiring advanced industrial machinery that meets specific technical specifications. The selected contractor will be required to deliver the CNC router within 28 weeks of order receipt, with the contract anticipated to be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation criteria. Interested vendors must submit their quotes by 1:00 PM Eastern Daylight Time on September 19, 2024, and may direct inquiries to Nicolas Zogaib or Wayne Plummer via email before September 18, 2024.
    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.
    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.
    FY24 Verint Annual Maintenance & Support Coverage Standard Plan
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide annual maintenance and support coverage for the Verint Media Recorder systems at the Kennedy Space Center. This procurement, designated as RFQ 80NSSC24883335Q, is critical for ensuring the operational integrity of audio recording systems used in radio and VoIP telephone communications, particularly during significant missions such as those related to the Artemis and International Space Station programs. The maintenance services are essential for compliance with operational standards and public safety needs, and the contract period is set from September 1, 2024, to April 30, 2025, with options for annual renewal. Interested parties must submit their quotes by September 19, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.