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
    FE110xx External TX-Frontend and Bypass Filter
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the FE110xx External TX-Frontend and Bypass Filter, with the intention of acquiring this specialized equipment exclusively from Rhode & Schwarz as the sole source provider. This procurement is crucial for the NASA/Glenn Research Center, as it involves advanced instrumentation necessary for measuring and testing electrical signals, adhering to specific technical specifications that include a frequency range of 70 to 110 GHz and a signal modulation bandwidth of 2 GHz. Interested organizations must submit their qualifications in writing by 4:00 p.m. Central Standard Time on September 16, 2024, and include the ID 80NSSC883330Q in the subject line to ensure visibility; oral communications regarding this notice are not permitted. For further inquiries, interested parties can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    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.
    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.
    Remedi Device Portable X-Ray Unit REMEX-KA6
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Remedi Device Portable X-Ray Unit, model REMEX-KA6, through a sole source contract with REMEDI INC., the exclusive supplier of this equipment. The procurement aims to acquire commercial items under FAR Part 12 and 13 procedures, with the performance location designated as NASA’s Glenn Research Center. This portable X-ray unit is crucial for various medical and surgical applications, enhancing operational capabilities within NASA's research and development initiatives. Interested parties are invited to submit their capabilities and qualifications in writing by 4 p.m. Central Standard Time on September 16, 2024, with all inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    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.
    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.
    Eddyfi Ectane 3 with 64-channel ECA and SmartMUX
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure an Eddyfi Ectane 3 with a 64-channel Eddy Current Array (ECA) and SmartMUX system, which is crucial for inspecting critical welds in space launch systems. The procurement aims to achieve a 90% probability of detection (POD) with 95% confidence for cyclically grown fatigue cracks, utilizing advanced features such as compatibility with a 64-element probe arrangement and customization via Magnifi software. This specialized inspection system is vital for ensuring the safety and reliability of components used in space exploration, with delivery expected within five weeks of order placement at NASA Langley Research Center. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on September 16, 2024, to be considered for this sole source contract.
    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.
    G2131-I GAS ANALYZER
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) intends to procure a G2131-I Gas Analyzer through a sole source contract with Picarro Inc., as it is the only manufacturer capable of providing compatible equipment for existing NASA instruments. The analyzer is designed for high-precision isotope measurement of delta[13]C from CO2, as well as measuring concentrations of CO2 and CH4 in ambient air, which is crucial for environmental monitoring and research. The procurement includes freight services, calibration for isotopic performance, and on-site installation and training, with an estimated delivery lead time of 8-16 weeks after order receipt. Interested organizations must submit their capabilities and qualifications in writing to Felecia Lorraine London at Felecia.l.london@nasa.gov by 11:59 a.m. Eastern Standard Time on July 26, 2024, to be considered for this opportunity.
    Sources Sought Notice 2024
    Active
    National Aeronautics And Space Administration
    Sources Sought Notice 2024 NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) AMES RESEARCH CENTER is seeking partners interested in developing competitive proposals for NASA Announcements of Opportunity (AOs), Broad Agency Announcements (BAAs), Missions of Opportunities (MoOs), and proposal calls from other government agencies. The center is specifically interested in identifying potential partners that can perform science investigations, conduct research activities, and develop and demonstrate new technologies aligned with NASA's goals. They are also seeking partners that can provide flight hardware necessary for implementing proposed science investigations, research activities, or technology demonstration missions. NASA often selects scientific investigations and technology development missions through solicitations or announcements posted on NSPIRES. ARC has a history of responding to various NASA AOs, including planetary exploration AOs, and anticipates responding to current and future AOs in these and other areas. They are interested in partnering with organizations that have expertise in spacecraft systems, payload instrumentation, payload delivery capability to planetary surfaces, scientific concepts, technology demonstration concepts, mission architecture, and integration with launch services. Interested parties should submit a brief response with relevant information.