Neonsee Solar Simulator-HCSS-21-V-MJ Base System
ID: 80NSSC24877556QType: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

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

    NASA Shared Services Center has issued a special notice regarding the requirement for the Neonsee Solar Simulator-HCSS-21-V-MJ Base System. The agency intends to award a sole source contract to Neonsee GmbH, located in Germany, as this company is the sole provider of this specialized system.

    This procurement falls under the FAR Part 12 and FAR Part 13 guidelines for acquiring commercial items and services. NASA/NSSC will serve as the procuring center, with the contract being performed at NASA/Glenn Research Center.

    Interested parties may submit their capabilities and qualifications to the Primary Point of Contact, Monica D. Wilson, in writing until 1:00 p.m. on July 31, 2024. Submitted qualifications will be evaluated to determine whether the procurement process should be competitive. NASA Clause 1852.215-84, Ombudsman, is applicable for this opportunity.

    The NAICS Code is 334516, and the PSC Code is 6640. The primary contact for this opportunity is Monica Wilson, whose email address is provided as monica.d.wilson@nasa.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source to Keysight Technologies, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole-source contract to Keysight Technologies, LLC for the delivery, installation, and commissioning of two Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This procurement is justified under FAR 6.302-1, indicating that only one responsible source is available to meet NASA's specific technical requirements. The contract will encompass not only the power supplies but also various related systems, including a Data Acquisition System and Scienlab Measurement and Control Modules, highlighting the critical role these components play in NASA's operations. Interested parties may submit a statement of capabilities by September 20, 2024, to the primary contact, Seliste Acres, at seliste.c.acres@nasa.gov, although this announcement is not a solicitation for competitive quotes.
    Semiconductor Probe Station
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for a semiconductor probe station, specifically the Signatone S-1160B-8N, through a Request for Quotation (RFQ) issued under number 80NSSC24881094Q. This procurement aims to acquire a specialized piece of laboratory equipment essential for semiconductor research, ensuring compatibility with existing systems at NASA's Glenn Research Center in Cleveland, Ohio. The RFQ is set aside for small businesses, with quotes due by September 12, 2024, and inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov. Vendors must comply with federal acquisition regulations and provide necessary representations and certifications to participate in this opportunity.
    Notice of Intent to Sole Source to TEVET, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole source contract to TEVET, LLC for the delivery, installation, and commissioning of two Keysight Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This firm-fixed-price contract, compliant with Federal Acquisition Regulation (FAR) 19.1306, includes additional items such as Scienlab Battery Test Systems and Measurement and Control Modules, which are critical for NASA's electrical testing and measurement needs. Interested parties may submit statements of capabilities by September 19, 2024, to demonstrate their ability to meet the requirements, although this notice does not solicit competitive quotes. For further inquiries, interested vendors can contact Seliste Acres at seliste.c.acres@nasa.gov.
    Schneider Electric M580 PLC equipment
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure Schneider Electric M580 PLC equipment to replace outdated Quantum Model PLCs at the Glenn Research Center. This procurement aims to enhance operational efficiency through the acquisition of advanced PLCs, which feature smaller form factors, improved customer support, and compatibility with existing systems. The contract will be awarded to Crescent Electric Supply Co., the sole provider of this equipment, with installation services provided by Electronic Techs as facility schedules allow. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on September 9, 2024, to be considered for this procurement.
    Concurrent Real-Time Inc. iHawk computer maintenance agreement renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking to renew the maintenance agreement for Concurrent Real-Time Inc. iHawk computers. This agreement is essential for the operation and upkeep of the iHawk computer systems. NASA/NSSC intends to issue a sole source contract to Concurrent Real-Time Inc., the sole provider of this service. The performance location will be at NASA/Ames Research Center (ARC) in the USA. Interested organizations must submit their capabilities and qualifications by 12/24/2022. This procurement falls under the Total Small Business Set-Aside (FAR 19.5) category.
    Repair of 29 MSCD-606D 6-Ch. Sig conditioning Modules
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure repair services for 29 MSCD-606D 6-Ch. Sig conditioning Modules through a sole source contract with Teletronics Technology Corporation. This procurement is critical as these modules are essential components used in various aerospace applications, and Teletronics has been identified as the sole provider capable of performing the required repairs. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on September 9, 2024, to Tracy Bremer at tracy.g.bremer@nasa.gov. The procurement will be conducted under FAR Part 12 and FAR Part 13, with the performance taking place at NASA's Armstrong Flight Research Center in Edwards, California.
    Annual renewal of CST Studio license maintenance
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the annual renewal of CST Studio Suite software licenses, specifically under RFQ 80NSSC24877823Q. This procurement involves the maintenance of various licensing schemes, including Concurrent Package Licensing and Token-Based Licensing, essential for electromagnetic simulation applications in research and development at the Glenn Research Center. The software is critical for modeling RF systems and must comply with high-performance computing standards, with a required delivery timeframe of one week after receipt of order. Quotes are due by September 9, 2024, and interested parties should contact Monica Wilson at monica.d.wilson@nasa.gov for further details.
    TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
    Active
    National Aeronautics And Space Administration
    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.
    EQUIPMENT (LAB)
    Active
    National Aeronautics And Space Administration
    Combined Synopsis/Solicitation NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is procuring EQUIPMENT (LAB) through a Total Small Business Set-Aside. This procurement is for LABORATORY EQUIPMENT AND SUPPLIES (PSC code 6640). The NASA SHARED SERVICES CENTER is the office responsible for this procurement. For more information, please contact Katheryn Thomas at katheryn.a.thomas@nasa.gov.
    IMAGINiT Technologies Consulting Services
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) seeks authorized resellers for brand name IMAGINiT Technologies Consulting Services, a sole-source contract for specialized consulting expertise related to functional requirements definition, solution architecture, and drawing conversion. This procurement is focused on NASA-specific needs, emphasizing security and documentation. With a concise period of performance, vendors are invited to submit detailed proposals by August 13, 2024, for a potential contract award managed by the NASA Shared Services Center. IMAGINiT Technologies Consulting Services are crucial to NASA's Facilities Office, offering an extensive intellectual property database that enables floor space management, CAD drawing creation, and emergency preparedness. The software's specialized nature and NASA's extensive historical data make competition impractical. As a result, NASA aims to negotiate with the brand name vendor to ensure operational continuity. Interested parties should contact Tessa Martinez at tessa.m.martinez@nasa.gov for further information on this opportunity, which has a projected value of up to $500,000.