Instrument Recalibration
ID: 80NSSC26917712QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide instrument recalibration services for its Terrestrial Laser Scanning (TLS) instrumentation, as outlined in a Combined Synopsis/Solicitation. The selected vendor will be responsible for performing comprehensive recalibration, hardware and firmware maintenance, and an operational review, including the issuance of a new calibration certificate and updated operational documentation, in accordance with Riegl USA recommendations. This service is critical for maintaining the accuracy and reliability of NASA's biospheric sciences research, with a completion deadline for the work set for December 31, 2025. Interested parties should contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov for further details and to confirm specific requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document is a Q&A exchange from a government file, likely part of an RFP or grant application process, where a vendor or interested party is seeking confirmation of a serial number (H2222917) from NASA through a Point of Contact (POC). The purpose is to ensure the correct system is being quoted, indicating a procurement or service request scenario within a federal government context.
    NASA's Biospheric Sciences Laboratory (BSL) requires recalibration, hardware/firmware maintenance, and an operational review for its Terrestrial Laser Scanning (TLS) instrumentation. This Statement of Work outlines the need for a qualified vendor to perform a full instrument and laser recalibration, including firmware upgrades, in accordance with Riegl USA recommendations. The vendor must provide a new calibration certificate, work log, and maintenance summary, along with any updated operational documentation. The service, identified as "2YRSM Regular maintenance at RIEGL USA," is recommended every two years or 3000 operating hours. The work must be completed and the instrument returned to NASA Goddard Space Center by December 31, 2025.
    Lifecycle
    Title
    Type
    Instrument Recalibration
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Custom mid-infrared lenses for laser beam expander
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure custom mid-infrared lenses for a laser beam expander, with the intention of issuing a sole source contract to Vertex Optics, Inc. The procurement requires the contractor to supply three specific types of lenses: Lightpath BD6 chalcogenide glass lenses and Cleartran Zinc Sulfide lenses, each with detailed specifications outlined in the associated Statement of Work. This equipment is critical for NASA's operations at the Goddard Space Flight Center, and the period of performance for the project is set at 16 weeks after receipt of order. Interested organizations must submit their capabilities and qualifications to Cody Guidry by 3:00 p.m. Central Standard Time on December 8, 2025, to be considered for this procurement.
    LaRC Abaqus Software Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    SNA Software LLC. Limited Source Justification
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    Communique Licenses Renewal and Associated Services
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Enhanced Software Suite Maximizes Non-Destructive Evaluation (NDE) Methods (MSC-TOPS-34)
    Buyer not available
    NASA's Technology Transfer Program is seeking inquiries from companies interested in obtaining licensing rights for an Enhanced Software Suite designed to maximize Non-Destructive Evaluation (NDE) methods, specifically the Flash Thermography NDE Technology Suite. This suite, developed by researchers at NASA Johnson Space Center, offers advanced techniques for post-processing flash infrared thermography data, enhancing the detection and characterization of anomalies in composite and metallic structures, thus improving operator accuracy and efficiency. The technology is crucial for various applications in structural assessments, and interested parties can submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) at https://technology.nasa.gov/patent/MSC-TOPS-34. Please note that NASA provides no funding in conjunction with these licenses, and inquiries can be directed to Agency-Patent-Licensing@mail.nasa.gov for further information.
    AVEVA WonderWare Software Maintenance Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its AVEVA WonderWare Software Maintenance through a sole source contract with INSOURCE SOFTWARE SOLUTIONS, INC. This renewal is crucial for ensuring continued technical support and access to software upgrades for the AVEVA WonderWare Customer FIRST - Standard Level Software Maintenance at the NASA Stennis Space Center in Mississippi. The period of performance for this contract is set from November 21, 2025, to November 20, 2026, with a need-by date of December 30, 2025. Interested organizations may submit their capabilities and qualifications by December 8, 2025, at 12:00 p.m. Central Standard Time, although NASA reserves the right to proceed with a non-competitive award. For further inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    Purchase an extrusion system that will be used to develop regolith composites
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of an extrusion system designed for the development of regolith composites. This system must include essential components such as a material hopper, filament cooling path, spool winder, and a hardened screw capable of processing thermoplastic and abrasive regolith materials. The procurement is set aside for small businesses, emphasizing the importance of this technology for NASA's research and development initiatives. Quotes are due by December 9, 2025, at 3:00 p.m. CT, and must be submitted to Laura Quave at laura.a.quave@nasa.gov, with technical questions due by December 5, 2025. Interested vendors must be registered on SAM.gov and adhere to specific provisions outlined in the RFQ and Statement of Work.
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    Buyer not available
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV through a Draft Request for Proposal (DRFP) designated as 80GSFC24R0012. The procurement aims to secure contractor support for environmental testing, mechanical and optical integration, and operational support for spacecraft and flight experiment components, with a focus on maintaining high standards of safety and quality. This contract is critical for NASA's mission in space science and technology development, ensuring robust testing and integration processes are in place. Interested vendors must submit their comments and questions regarding the DRFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the project requirements.
    Chamber Services for decompression sickness testing of exercise countermeasures
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to exercise countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920179Q. The procurement aims to support NASA's Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER) project, which investigates the effects of exercise on decompression sickness risk during space missions. This specialized service is critical for ensuring astronaut safety and performance during extravehicular activities (EVA). Quotes are due by December 8, 2025, at 7 a.m. CT, and interested vendors must submit their proposals to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in the email subject. Additionally, vendors must be registered at sam.gov and comply with specific telecommunications provisions to be eligible for award consideration.
    Notice of Sole Source Justification: Velo3D Sapphire Additive Manufacturing System 1-Year Lease
    Buyer not available
    NASA's Marshall Space Flight Center (MSFC) is seeking to award a sole source contract for a one-year lease of the Velo3D Sapphire Metal Additive Manufacturing (AM) System from Velo3D Inc. This procurement is critical for NASA's evaluation and certification of flight components for the Human Landing System (HLS) and Space Launch System (SLS) vehicles, as hands-on experience with this specific machine is necessary to ensure safety and compliance in manufacturing processes. The Velo3D Sapphire system is uniquely positioned to meet the high-risk evaluation needs identified by the NASA Engineering Safety Center (NESC), which is managing this project. Interested parties can direct inquiries to Yong Castillo at yong.h.castillo@nasa.gov or Sadie Moulton at sadie.m.moulton@nasa.gov for further details.