The NASA Glenn Research Center (GRC) is soliciting the purchase of the Wireless InSite MIMO Package under a floating lease arrangement, including Tier 3 maintenance and support. The proposal specifies the acquisition of two units identified by OEM Part # WIMIMO-FL. The installation will occur on multiple computers at the GRC, incorporating a license server. The designated place for performance is located at the NASA GRC in Cleveland, Ohio, with the point of contact being Obed Sands. The duration of the contract will span 12 months from the date of award. This RFP highlights NASA's intent to enhance its technological capabilities through the procurement of specialized software and support services.
NASA's Shared Services Center recommends a sole-source negotiation with Remcom, Inc. for the acquisition of the Wireless InSite MIMO Package, which includes a floating lease and Tier 3 maintenance and support. The purpose of this purchase is to support critical research on lunar surface radio wave propagation as part of the Artemis missions. The document states that this specific brand software is essential due to its unique capabilities in analyzing various radio communications systems, including Wi-Fi, space-to-space communication, and advanced technologies like MIMO and OFDM.
Should an alternative vendor or brand be chosen, it could lead to significant delays in the Artemis Human Landing System and Electric Propulsion projects, necessitating additional training and implementation time on a new software that does not meet the project requirements. Thus, the acquisition of the Remcom software is vital for the timely progress of NASA's mission objectives, underscoring the impracticality of competition in this situation due to the specialized nature of the software needed.
The document is a Request for Quotation (RFQ) from NASA for the renewal of BMC Helix services for fiscal year 2025. It outlines key sections, including the Statement of Work, instructions for offerors, solicitation provisions, terms and conditions, and evaluation criteria. The procurement is designated for small businesses and includes specific requirements such as registration in the System for Award Management (SAM) and completion of certain representations and certifications.
Bids must be submitted by February 13, 2025, with detailed contact information and contractual questions directed to the listed NASA representative. The document enumerates various Federal Acquisition Regulation (FAR) clauses and provisions that must be adhered to, covering aspects such as telecommunications, compliance with federal tax obligations, and Buy American requirements.
Overall, the RFQ emphasizes compliance, targeting small businesses capable of delivering specified commercial services and products, alongside regulatory requirements designed to ensure fair contracting practices and oversight in government procurement processes.