UPS Battery, UP, N1C.L48100EBM3U and N1C LR-Series 2000VA/1800W UPS, N1C.LR2000.
ID: 80NSSC26920673QType: Solicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

BATTERIES, RECHARGEABLE (6140)

Set Aside

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

    NASA's National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of two N1 Critical Technologies UPS Battery Modules (PN N1C.L48100EBM3U) and one N1C LR-Series 2000VA/1800W UPS Module (PN N1C.LR2000) for the Global Hawk project at the NASA Armstrong Flight Research Center in Edwards, CA. This procurement is set aside for small businesses and requires compliance with ISO 9001 and NASA Quality Document Q1-C, emphasizing the importance of quality assurance in the supply of critical aircraft parts. Quotes must be submitted by December 19, 2025, by 3:00 p.m. CT to laura.a.quave@nasa.gov, and should include the Cage Code, UEI number, anticipated delivery time, and any applicable shipping costs. Interested parties are encouraged to review the solicitation details and ensure registration at www.sam.gov to participate in this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the requirements for purchasing two N1C 48V 100Ah LiFePO4 Lithium Battery Modules (PN N1C.L48100EBM3U) and one N1C LR-Series 2000VA/1800W Long Runtime 120V Online UPS Module (PN N1C.LR2000) for the Global Hawk project at NASA Armstrong Flight Research Center in Edwards, CA. The order must comply with NASA Quality Document Q1-C and be delivered by December 19, 2025. The UPS requires at least one external battery module and comes with a 10-year warranty, SNMP card, and various mounting hardware. Additionally, the document mandates the inclusion of AI usage disclosure and AI acquisition requirement statements in all contracts, as per OMB memo M-25-22.
    The NASA Armstrong Flight Research Center outlines procurement quality requirements for suppliers, emphasizing the necessity of a Certification of Conformance with each shipment. This certification must verify article acceptability through inspections and tests, identify contract and part numbers, detail quantities, and be signed by an authorized representative. The document references Federal Acquisition Regulation (FAR) clause 52.246–15, which specifies conditions for using the Certificate of Conformance and the government's right to reject non-conforming supplies. Additionally, it establishes quality assurance terms, requiring prime suppliers to ensure qualified personnel handle aircraft parts, flow down NASA AFRC quality requirements to sub-tier suppliers, and maintain a robust quality management system. NASA AFRC monitors supplier performance through various systems and mandates record retention per FAR subpart 4.7.
    NASA's Request for Quotation (RFQ) 80NSSC25920673Q seeks Brand Name N1 Critical Technologies UPS Battery (2 EA) and LR-Series 2000VA/1800W UPS (1 EA) for the Global Hawk at NASA Armstrong Flight Research Center, Edwards, CA, by December 19, 2025. This procurement is set aside for small businesses and requires ISO 9001 and NASA Quality Document Q1-C compliance. Quotes are due December 19, 2025, by 3:00 p.m. CT to laura.a.quave@nasa.gov and must include Cage Code, UEI #, ARO delivery time, and shipping costs. Offerors must be registered at www.sam.gov and complete specific FAR provisions, including those related to telecommunications equipment and AI use. The solicitation details various FAR and NFS clauses, including those concerning hazardous materials and export licenses, and specifies a firm-fixed-price contract.
    Similar Opportunities
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.
    NAWCAD WOLF-UPS and PDU
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting bids for brand-name tactical uninterruptible power supply (UPS) units and related cables from AJ's Power Source, Inc. This procurement is a firm fixed-price contract, strictly requiring authorized distributors/resellers who are TAA compliant, with no substitutions accepted for the specified items. The goods are critical for ensuring reliable power supply in military operations, emphasizing the importance of quality and compliance in the procurement process. Quotes must be submitted by December 22, 2025, with delivery expected by July 21, 2026, to the Naval Air Warfare Center in St. Inigoes, Maryland. Interested vendors should contact Gabrielle McKee at gabrielle.l.mckee2.civ@us.navy.mil for further details.
    DTS SLICE NANO Hardware
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure DTS SLICE NANO Hardware from Diversified Technical Systems, Inc. (DTS) as a sole source requirement. This procurement is critical for replacing systems that were damaged during SpaceX Bay 12 testing, specifically for the Anthropomorphic Test Device (ATD) used at NASA Langley Research Center (LaRC) for crash testing. The DTS SLICE NANO system is essential for maintaining operational continuity and ensuring the integrity of critical instrumentation data during tests, as utilizing an alternative vendor would jeopardize ongoing operations and lead to significant delays and costs. Interested organizations may submit their capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as the government retains discretion on whether to conduct a competitive procurement process.
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    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.
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to CO2 countermeasures, as outlined in solicitation number 80NSSC26920246Q-1. The primary objective of this procurement is to conduct hypobaric chamber testing to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which will investigate prebreathe strategies. This testing is crucial for ensuring the safety and effectiveness of aerospace operations involving hypobaric exposure. Interested vendors must submit their quotes referencing the tracking number in the subject line and can contact Shanna Patterson at shanna.l.patterson@nasa.gov for further inquiries. Please note that NASA does not accept payment by credit card.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.