Computational Inverse Methods for Acoustic Source Definition.
ID: 80NSSC25896401QType: Special Notice
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; APPLIED RESEARCH (AJ12)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Computational Inverse Methods for Acoustic Source Definition through a sole source contract with ALTASIM TECHNOLOGIES LLC, identified as the sole provider of this specialized service. The procurement will be executed under the authority of FAR 13.106-1(b)(1)(i), utilizing the procedures outlined in FAR Parts 12 and 13, which focus on acquiring commercial items and services. This initiative is crucial for advancing NASA's research and development efforts in the field of acoustics, particularly at the Marshall Space Flight Center (MSFC). Interested organizations are invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on March 14, 2025, with inquiries directed to Laura Quave, the Procurement Specialist, at laura.a.quave@nasa.gov or by phone at 228-813-6420.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA's Marshall Space Flight Center (MSFC) is seeking Computational Inverse Methods for Acoustic Source Definition through a sole source contract with ALTASIM TECHNOLOGIES LLC, which is regarded as the sole provider of this service. The procurement will be conducted under the authority of FAR 13.106-1(b)(1)(i), along with the procedures outlined in FAR Part 12 and Part 13, with a focus on acquiring commercial items and services. Organizations interested in this procurement are invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on March 14, 2025. The decision on whether to proceed with competitive procurement will be at the government's discretion. Oral communications regarding this notice will not be accepted. For inquiries, Laura Quave, the Procurement Specialist, is the primary point of contact. This document underscores NASA's procurement process and collaboration with specialized contractors to meet technical requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TECHNOLOGY TRANSFER OPPORTUNITY: High-Fidelity Sonic Boom Propagation Tool (LAR-TOPS-329)
    Buyer not available
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market the High-Fidelity Sonic Boom Propagation Tool (LAR-TOPS-329). This tool, developed by NASA's Technology Transfer Program at the NASA Langley Research Center, predicts and mitigates sonic boom levels for supersonic aircraft. It incorporates atmospheric and terrestrial effects, handles aircraft trajectories and maneuvers, and offers an updated approach to accurately predict sonic boom ground signatures. The tool has potential applications in the design and development of next-generation supersonic aircraft, enabling pilots and operators to plan flight paths to reduce noise footprints. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    Siemens Simcenter STARCCM+ Licenses
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of Siemens Simcenter STAR-CCM+ licenses to enhance its computational analysis capabilities related to Molten Regolith Electrolysis (MRE) and other reactor designs. The procurement includes a primary Power Session, an additional seat, and CAD Exchange software, all under a 24-month subscription model to support concurrent use by multiple users, with provisions for cloud storage. This acquisition is critical for advancing NASA's operational capabilities in advanced reactor simulations, and interested small businesses must submit their quotes by March 17, 2025, while ensuring compliance with federal regulations. For inquiries, potential offerors can contact Kacey Hickman at kacey.l.hickman@nasa.gov.
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    new replacement signal generator from manufacturer, Keysight Technologies.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for a new replacement signal generator from Keysight Technologies, as part of a procurement request (RFQ 80NSSC25896419Q). This solicitation aims to fulfill specific requirements outlined in the Statement of Work, ensuring compliance with federal contracting standards while promoting transparency and fairness in the procurement process. The signal generator is crucial for various laboratory applications, contributing to NASA's mission of advancing aeronautics and space exploration. Quotes are due by March 13, 2025, and must be submitted to the designated contracting officer, Sara Jusino-Terry, with all inquiries directed to her by March 11, 2025. Offerors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a simplified hi-res flow visualization assembly. This assembly, developed by researchers at NASA's Langley Research Center, is a compact and easy-to-use optical system that enables focusing schlieren imaging. It reduces complexity and alignment time compared to conventional systems, and is self-aligned, compact, and cost-effective. The assembly can be attached to a commercial-off-the-shelf camera and is capable of fields-of-view of 10 and 300 millimeters. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    Phasa-35 High-Altitude Long Endurance (HALE) Platform
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to procure aviation services for the Phasa-35 High-Altitude Long Endurance (HALE) platform, aimed at supporting airborne science missions from April 10, 2025, to September 29, 2030. The procurement includes engineering analyses, payload integration, aircraft modifications, testing, and flight operations support, all of which must comply with NASA standards and airworthiness requirements to facilitate critical scientific data collection. This opportunity is particularly significant as it involves a sole source contract with BAE Systems, the platform's developer and sole operator, due to their unique technical expertise and operational capabilities. Interested organizations are invited to submit their qualifications to Joshua Taggart via email by 5:00 p.m. CT on March 26, 2025, for consideration in determining the potential for competitive acquisition.
    Synthetic Aperture Radar (SAR) Sensors
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to procure Synthetic Aperture Radar (SAR) sensors to support airborne science missions, focusing on the integration, modification, testing, and operational support of airborne science payloads on High-Altitude Long Endurance (HALE) platforms. The procurement aims to enhance NASA-funded projects by utilizing SAR data, advancing operational concepts, and improving existing Position, Navigation, and Timing (PNT) modalities through comprehensive engineering analyses and flight operations support. This acquisition is critical for ensuring the success of NASA's airborne science missions, with a sole source contract intended for Aloft Sensing, Inc., due to their unique technical expertise and operational capabilities. Interested organizations must submit their qualifications to Joshua Taggart at joshua.d.taggart@nasa.gov by 5:00 p.m. CT on March 26, 2025, for consideration in this procurement process.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
    TECHNOLOGY TRANSFER OPPORTUNITY: Large Area Structural Damage Nondestructive Evaluation (LAR-TOPS-247)
    Buyer not available
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a technology for Large Area Structural Damage Nondestructive Evaluation (LAR-TOPS-247). This technology provides a methodology to measure damage onset and growth in composite structures during fatigue loading. It combines thermal and acoustic emission nondestructive evaluation techniques to detect damage formation and growth. The technology can be used for improved safety and performance of composite structures during their life cycle. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    X-59 Aircraft System Specialized Operational, Repair, and Technical Support
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking specialized operational, repair, and technical support for the X-59 Aircraft System through a Sources Sought notice. This procurement aims to identify potential vendors capable of providing essential support activities related to air transportation, specifically for fixed-wing aircraft. The services are critical for the ongoing development and operational readiness of the X-59, which plays a significant role in advancing aeronautical research and technology. Interested parties can reach out to Roxana Romero at roxana.l.romero@nasa.gov or call 661-276-2429 for further information regarding this opportunity.