OPTIMUS PRESSURE SYSTEM HARDWARE CABLES.
ID: 80NSSC25895857QType: 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)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) intends to issue a sole source contract for the procurement of OPTIMUS PRESSURE SYSTEM HARDWARE CABLES, specifically from Measurement Specialties Inc., the exclusive provider of these components. This procurement aims to enhance the pressure measurement capabilities at NASA's 10x10 Supersonic Wind Tunnel by integrating standardized TE Connectivity/Measurement Specialties products, which will facilitate the use of up to sixty-four miniature pressure scanners during testing. Interested organizations are invited to submit their capabilities and qualifications in writing by March 25, 2025, at 4:00 p.m. Central Standard Time, with the understanding that the government may choose not to pursue a competitive procurement based on the responses received. For further inquiries, contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for upgrading the Pressure Measurement System at NASA's 10x10 Supersonic Wind Tunnel (SWT) to the TE Optimus Data System. The goal is to enhance pressure measurement capabilities using standardized TE Connectivity/Measurement Specialties products, facilitating the use of up to sixty-four miniature pressure scanners during testing. It specifies the required hardware components, including power and scanner cables necessary for integration with existing NASA infrastructure. The installation will occur at the NASA Glenn Research Center in Cleveland, OH. A one-year warranty on materials and workmanship is required from the vendor, with invoices detailing task orders, costs, and services provided upon project completion. This RFP reflects the government’s commitment to advancing aeronautics research capabilities while ensuring compliance with established standards and practices.
    NASA/NSSC is planning to issue a sole source contract to Measurement Specialties Inc. for the procurement of OPTIMUS PRESSURE SYSTEM HARDWARE CABLES. The basis for this determination is that Measurement Specialties Inc. is the exclusive provider of these components. The contracting will be managed by NASA Glenn Research Center, utilizing commercial acquisition procedures in accordance with FAR Part 12 and FAR Part 13. The NAICS code assigned to this procurement is 334516. Organizations interested in participating may submit their capabilities and qualifications in writing by March 25, 2025, at 4:00 p.m. Central Standard Time. Responses will be evaluated solely to decide if the procurement will be pursued on a competitive basis. The government reserves the right to opt for a non-competitive procurement method. The notice specifies that oral communications are not acceptable and provides contact details for the primary procurement specialist, Laura Quave, along with information about the relevant Ombudsman. This document serves as a formal announcement within the government RFP context, detailing a specific procurement strategy and timelines for potential vendors.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    DTS SLICE NANO Hardware
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure DTS SLICE NANO Hardware from Diversified Technical Systems, Inc. (DTS) as a sole source requirement. This procurement is critical for replacing systems that were damaged during SpaceX Bay 12 testing, specifically for the Anthropomorphic Test Device (ATD) used at NASA Langley Research Center (LaRC) for crash testing. The DTS SLICE NANO system is essential for maintaining operational continuity and ensuring the integrity of critical instrumentation data during tests, as utilizing an alternative vendor would jeopardize ongoing operations and lead to significant delays and costs. Interested organizations may submit their capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as the government retains discretion on whether to conduct a competitive procurement process.
    TTTech Switch Lab Space Switches
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.
    Thermoplastic composite prepreg
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure Thermoplastic composite prepreg, with the intention of issuing a sole source contract to JDR Industries, Inc., the sole provider of this material. This procurement is critical for NASA's projects, particularly in the development of advanced composite structures for aerospace applications, and will be performed at the NASA Langley Research Center. Interested organizations are invited to submit their capabilities and qualifications by 12:00 p.m. Central Standard Time on December 15, 2025, to the primary contact, Monica Wilson, at monica.d.wilson@nasa.gov, as the government will evaluate submissions to determine if a competitive procurement is warranted.
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    Integration and Setup of Nokia Equipment Services & Vinco Services
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract to VINCO INC for the integration and setup of Nokia Equipment Services and Vinco Services, which are critical for supporting initiatives at the Johnson Space Center and Glenn Research Center. The procurement involves the provision and integration of specific Nokia hardware, including 5G and 4G Radio Remote Heads (RRHs) and Baseband Units (BBUs), with responsibilities including initial configuration, shipping, and final on-site integration. Interested organizations are invited to submit their capabilities and qualifications by December 16, 2025, for potential evaluation, although the government reserves the right to proceed with a non-competitive acquisition. For further inquiries, interested parties may contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    LaRC Abaqus Software Renewal
    National Aeronautics And Space Administration
    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.
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.