Remcom Wireless InSite MIMO Package Maint & Support FY25
ID: 80NSSC25892188QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

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

    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide maintenance and support for the Remcom Wireless InSite MIMO Package for fiscal year 2025. The procurement involves acquiring two units of the software under a floating lease agreement, which includes Tier 3 maintenance and support, critical for NASA Glenn Research Center's research on lunar surface radio propagation as part of the Artemis mission. This specialized software is essential for ensuring effective radio communication systems and is uniquely suited to meet NASA's operational requirements, making alternative solutions impractical. Interested parties must submit their bids by January 23, 2025, and all communications should be directed to Kacey Hickman at kacey.l.hickman@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Glenn Research Center (GRC) issues a request for the acquisition of the Wireless InSite MIMO Package under a floating lease agreement that includes Tier 3 maintenance and support. The order specifies a quantity of two units, identified by OEM part number WIMIMO-FL. The package will be installed on multiple computers at the GRC, including a license server. The designated location for service and correspondence is Room 226B at NASA GRC, located in Cleveland, OH. The period of performance for this purchase extends for 12 months from the date of award. This procurement reflects GRC's commitment to maintaining and enhancing technological capabilities through updated software solutions and support.
    The NASA Shared Services Center is recommending a sole source procurement for the Remcom Wireless InSite MIMO Package with Floating Lease and Tier 3 Maintenance and Support. The estimated cost and delivery timeframe are pending inclusion. This specific software is critical for NASA Glenn Research Center's research on lunar surface radio propagation, particularly for the Artemis mission's radio communication systems. The unique capabilities of Remcom's software, including support for various radio technologies and functionalities like MIMO and OFDM, highlight its necessity. Using an alternative vendor would significantly delay Artemis project timelines, complicate implementation, and require additional training, as only Remcom's product meets the operational requirements. This document outlines the justification for limiting the solicitation to a sole source or specific brand name due to unique software capabilities essential for NASA's mission objectives. It emphasizes the implications of adopting alternative solutions and the rationale sustaining the recommendation.
    The National Aeronautics and Space Administration (NASA) has issued a Request for Quotation (RFQ) for the Remcom Wireless InSite MIMO Package maintenance and support for the fiscal year 2025. This solicitation is specifically open to authorized resellers of Remcom, Inc. and includes a detailed Statement of Work (SOW). Bids must be submitted by January 23, 2025, and remain valid for 30 days, with all communications directed to the assigned contracting officer, Kacey Hickman. The procurement is set aside for small businesses, requiring registration at SAM.gov. Offerors must comply with several Federal Acquisition Regulation (FAR) clauses, including provisions regarding telecommunications equipment. Additional requirements include certifications related to child labor, tax liabilities, and specific provisions for small business status. The RFQ includes clauses regarding delivery terms and labor surplus area considerations. Overall, the document outlines the necessary protocols for small businesses to engage in government contracts while ensuring compliance with applicable regulations and standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AuSIM3D Software Service Contract Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew the AuSIM3D Software Service Contract, which is critical for ongoing software updates and support for its server software suite and Matlab tools at the Langley Research Center in Hampton, Virginia. The contract, which will be administered by the NASA Shared Services Center, encompasses a full year of service over a total period of 36 months, providing priority technical support through various channels, including email, phone, and onsite visits. This proprietary software is essential for conducting urban air mobility vehicle noise studies and is uniquely provided by AuSIM, Inc., as no alternative vendors can deliver equivalent services without significant integration challenges. Interested parties must submit their qualifications by March 10, 2025, and inquiries should be directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
    Qumulo General Purpose Tier 1TB Support Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide renewal support for Qumulo General Purpose Tier 1TB software and Mission Q Services, essential for maintaining data management capabilities at the Langley Research Center in Hampton, Virginia. This procurement includes two software subscriptions, each with a capacity of 672 TB, covering the performance period from February 7, 2025, to February 6, 2026, along with an additional subscription for a total capacity of 1344 TB from September 4, 2025, to February 6, 2026. The renewal is critical for ensuring compliance with NASA's cybersecurity policies and maintaining operational consistency, as the software is uniquely compatible with existing hardware. Interested offerors must submit their quotes by March 12, 2025, and can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov for further information.
    Mend AppSec Software License Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its license for the Mend AppSec Software, a critical tool for application security within its software development processes. The procurement involves a sole source contract with WHITESOURCE SOFTWARE INC, the exclusive provider of this Static Application Security Testing solution, which is essential for identifying vulnerabilities in custom software code. The Mend AppSec Platform offers comprehensive features, including open-source vulnerability scanning, container scanning, and automated remediation suggestions, ensuring robust protection against software threats. Interested parties may submit their qualifications by March 7, 2025, at 3:00 PM Central Standard Time, with Laura Quave serving as the primary contact for this opportunity.
    1-WRD-180 Double Ridge Waveguide Calibration Kit & 1- Waveguide Adapter
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 1-WRD-180 Double Ridge Waveguide Calibration Kit and a corresponding waveguide adapter, specifically set aside for small businesses. The calibration kit is designed to operate within a temperature range of 4 °C to 40 °C and supports microwave frequencies from 18 GHz to 40 GHz, featuring a maximum Voltage Standing Wave Ratio (VSWR) of 1.25, making it essential for precise electrical testing and analysis. Interested offerors must submit their quotes by 3:00 p.m. CT on March 12, 2025, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Cody Guidry at cody.d.guidry@nasa.gov.
    Bentley AutoPIPE Perpetual License & SELECT Sub
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Bentley AutoPIPE Perpetual License along with a SELECT Subscription for pipe stress analysis at the Langley Research Center's High Temperature Wind Tunnel. This procurement is crucial for maintaining compatibility with existing software systems used at the facility, ensuring efficient project management and access to historical data. The contract is set aside for small businesses, with bids due by February 19, 2025, at 4:00 p.m. CT, and interested vendors must be registered on SAM.gov. For inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov, with an estimated delivery period of twelve months following the award date.
    Communique Platform License Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its Communique Platform License through a sole source contract with Communique Conferencing Inc. for the period from January 1, 2025, to December 31, 2025. This renewal will provide essential features such as support for up to 50 event rooms, the capability to host 2,000 concurrent attendees, and various functionalities including event registration and real-time reporting, aimed at enhancing virtual engagement and collaboration across NASA's events. Interested parties are invited to submit their qualifications in writing by 3 p.m. CST on March 7, 2025, with all communications directed to Cara Craft at cara.s.craft@nasa.gov.
    MXR-100HP20 X-Ray System Purchase
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the purchase of a brand-name MXR-100HP20 X-Ray System from Gulmay Incorporated, specifically designated for use at NASA's Kennedy Space Center. This procurement is restricted to authorized resellers and is set aside for small businesses, emphasizing the importance of compliance with federal regulations and the need for specific high-voltage laboratory equipment essential for ongoing scientific applications. The delivery lead-time is estimated at 6-8 weeks after receipt of order, and interested offerors must submit their quotes by March 10, 2025. For further inquiries, potential bidders can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    Rockwell Automation Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its contract with Rockwell Automation for the provision of RSLogix software licenses and TechConnect support at the Stennis Space Center (SSC) in Mississippi. This procurement aims to ensure the continuity of critical software and support services necessary for the operation of propulsion test programs, which rely heavily on Rockwell applications to maintain existing infrastructure. The renewal is essential to avoid disruptions that could arise from switching vendors, as only Rockwell Authorized Service Providers can meet the specific software requirements, thereby safeguarding SSC's operational capabilities. Interested parties must submit their quotes by March 7, 2025, and direct inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    Zeiss SEM Workstation with SmartSEM
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide a Zeiss Scanning Electron Microscope (SEM) Workstation equipped with SmartSEM software, essential for enhancing its analytical capabilities at the Kennedy Space Center. The procurement includes a preloaded workstation upgrade kit, a perpetual SmartSEM software license, a SmartSEM Touch software upgrade license, and installation services, all to be completed within 30 days after receipt of order. This acquisition is critical for maintaining operational efficiency and compatibility with existing SEM equipment, as the current system can only interface with Zeiss software, making competition impractical. Interested vendors must submit their quotations by March 11, 2025, and are required to register on SAM.gov to be eligible for this small business set-aside opportunity. For further inquiries, contact Tessa Martinez at tessa.m.martinez@nasa.gov.
    Plug25 Mixer Hardware
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Plug25 Mixer Hardware, as outlined in RFQ number 80NSSC25897311Q. This opportunity is specifically set aside for small businesses and includes strict compliance requirements with federal regulations, including adherence to the Buy American Act and various certifications related to environmental and operational policies. The Plug25 Mixer Hardware is essential for NASA's operations, ensuring the availability of high-quality telecommunications equipment. Interested offerors must submit their quotes by March 12, 2025, and ensure their submissions are valid for 30 days; they are also required to register at SAM.gov and comply with specific telecommunications provisions. For further inquiries, interested parties can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.