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.