OMEGA160-NET F/T Transducers US-600-3600 with network box and required cables/adapters (3 units each)
ID: 80NSSC25899411QType: 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

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

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

    NASA's National Aeronautics and Space Administration Shared Services Center is seeking to procure three OMEGA160-NET F/T Transducers, along with associated cables, adapters, and power supplies, specifically from authorized resellers of ATI Industrial Automation. This procurement is set aside for small businesses and is critical for ensuring precise measurements in engineering applications, as the transducers are designed for high strength, low weight, and high signal-to-noise ratios, which are essential for reliable data acquisition systems. Interested parties must submit their quotations by April 14, 2025, and all correspondence should reference Notice ID 80NSSC25899411Q. 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 Request for Proposal (RFP) for the procurement of three high-strength, low-weight load cells designed for precise measurements in structural or engineering applications. These load cells are equipped with embedded silicon strain gauges, ensuring a high signal-to-noise ratio and minimal noise distortion. The specifications detail required models and components, including transducers, cables, a network box, a power supply, and their respective part numbers. Technical specifications emphasize the load cells' strength, overload capacity, and operational stability across various force and torque limits, along with resonant frequency measures. Calibration requirements specify the resolution for different sensing ranges. This RFP reflects the government’s need for advanced technological components in engineering and safety applications, aligning with stringent quality and performance standards necessary for reliable data acquisition systems.
    The document outlines a recommendation from the NASA Shared Services Center to procure specific items solely from ATI Industrial Automation due to their unique characteristics. The procurement involves three OMEGA160-NET F/T Transducers and related cables and power supplies, with an estimated lead-time of 8-10 weeks. The justification highlights that the ATI brand load cells come pre-calibrated to specific parameters and are Ethernet compatible, facilitating seamless data collection without additional calibration efforts. Using a different vendor or brand would likely cause delays in the ongoing test preparations, necessitating adjustments in data collection methods and potentially requiring recalibrations or added modifications for compatibility. The document underscores the impracticality of competition in this procurement situation, emphasizing the critical nature of the recommended brand's specifications in meeting NASA's operational requirements while ensuring efficiency and coherence in the test setup process.
    The document outlines a Request for Quotation (RFQ) from NASA for the procurement of three OMEGA160-NET F/T Transducers along with associated cables, adapters, and power supplies, specifying that only authorized resellers from ATI Industrial Automation may participate. This solicitation is designated for small businesses. Key specifications for the required transducers include high strength, low weight, and high signal-to-noise ratios, with detailed technical and physical attributes provided. Quotations must be submitted by April 14, 2025, with specific instructions for offerors including contact points for inquiries, necessary certifications, and registration requirements. Compliance with numerous federal acquisition regulations and provisions is emphasized, such as those related to telecommunications equipment, child labor, and foreign operations, reflecting the rigorous standards of NASA contracting procedures. The document's structure is divided into sections detailing the statement of work, instructions to offerors, solicitation provisions, clauses and terms, emphasizing clarity and compliance expectations. This RFQ illustrates NASA's commitment to engaging small businesses in innovative technology procurement while ensuring adherence to federal contracting laws.
    Lifecycle
    Similar Opportunities
    66--TRANSDUCER, VIB.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of a transducer, specifically identified by NSN 7H-6680-006011322, under a presolicitation notice. The requirement includes a quantity of one unit, with the destination for delivery to be provided upon request, indicating a Foreign Military Sales (FMS) requirement. This transducer is crucial for measuring liquid and gas flow, liquid levels, and mechanical motion, which are essential functions in various defense applications. Interested small businesses are encouraged to reach out to Ireland H. Brennan at IRELAND.BRENNAN@DLA.MIL for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    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.
    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.
    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.
    66--TRANSMITTER,PRESSUR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of three units of the Transmitter, Pressure (NSN 6685014800909). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The transmitters are critical for measuring and controlling industrial process variables, and successful bidders will be responsible for shipping to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Differential Pressure Transducer
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime - Portsmouth is seeking quotations for a Differential Pressure Transducer, specifically the Schneider Electric P/N: 2989-3 or Eaton 41 GP21 Y-50D, as part of a 100% Small Business Set-Aside procurement. This equipment is critical for maintaining operational efficiency at the Portsmouth Naval Shipyard in Kittery, Maine, and must be compatible with existing infrastructure, as the original manufacturer no longer produces the part. Interested vendors must submit their quotes by December 16, 2025, at 3:00 PM EST, and ensure compliance with various FAR and DFARS clauses, including those related to telecommunications equipment and supply chain security. For further inquiries, potential offerors can contact Stephen Smith at Stephen.1.Smith@dla.mil.
    FD2030-25-02359
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of a pressure transmitter, identified by NSN 6685-01-224-7778TP. The requirement includes the provision of a transmitter that meets the specifications outlined in the top drawing 16VY021003-1, with an expected delivery timeline aligned with the EDL revision dated December 12, 2024. This equipment is crucial for measuring and controlling industrial process variables, ensuring operational efficiency and safety in defense applications. Interested vendors should refer to the solicitation information for further details and contact the designated representatives once the solicitation is approved for quotes.
    TRANSMITTER,ANGLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of an Angle Transmitter, with the National Stock Number (NSN) 6610-01-253-1449 WF. This opportunity aims to conduct market research to identify potential suppliers capable of meeting the agency's requirements, while also enhancing small business access to acquisition information and fostering competition in the procurement process. The estimated quantity required is 38 units, with a delivery schedule set for September 20, 2027, and the procurement is expected to be set aside for small businesses. Interested parties should reach out to Joseph Hatler at joseph.hatler@us.af.mil or call 385-519-8149 for further information and to express their capabilities within 15 days of this notice.
    Transducer Switch A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for a Firm Fixed Price contract to supply "Transducer Switch A" (NSN: 1055-01-214-3315, Mfr Part Number: 13027536) in support of the Multiple Launch Rocket System. The procurement requires the successful offeror to conduct a Government First Article Test (GFAT) of one unit within 400 days, followed by the delivery of 199 production units within 845-1175 days after contract award, adhering to specific packaging and marking standards. This contract is set aside for Women-Owned Small Businesses (WOSB) and is subject to export control regulations, with access to technical data packages limited to firms with active JCP certification. Interested parties should contact Shonika McCreless at shonika.mccreless@dla.mil or Nicole Thompson at nicole.thompson@dla.mil for further details, and must comply with the Defense Priority and Allocations System (DPAS) requirements.