Schneider Electric M580 PLC equipment
ID: 80NSSC24880929QType: Special Notice
Overview

Buyer

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

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure Schneider Electric M580 PLC equipment to replace outdated Quantum Model PLCs at the Glenn Research Center. This procurement aims to enhance operational efficiency through the acquisition of advanced PLCs, which feature smaller form factors, improved customer support, and compatibility with existing systems. The contract will be awarded to Crescent Electric Supply Co., the sole provider of this equipment, with installation services provided by Electronic Techs as facility schedules allow. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on September 9, 2024, to be considered for this procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procurement and upgrade plan for Schneider Electric PLC equipment, which aims to replace outdated Quantum Model PLCs. The new M580 family of PLCs features smaller form factors, enhanced customer support, and seamless compatibility with existing Quantum systems. Key components include various power supply modules, remote input/output adapters, and discrete input/output modules, each with defined voltage capacities, isolation features, and application capabilities for controlling valves and monitoring limit switches. The equipment will be acquired from Crescent Electric, and installations will be carried out by Electronic Techs as facility schedules permit. The upgrades are expected to improve overall operational efficiency and allow for further enhancements to the facility. This initiative aligns with broader government objectives to modernize infrastructure through RFPs and grants, ensuring compliance with technical specifications and providing a reliable framework for facility management.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source to TEVET, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole source contract to TEVET, LLC for the delivery, installation, and commissioning of two Keysight Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This firm-fixed-price contract, compliant with Federal Acquisition Regulation (FAR) 19.1306, includes additional items such as Scienlab Battery Test Systems and Measurement and Control Modules, which are critical for NASA's electrical testing and measurement needs. Interested parties may submit statements of capabilities by September 19, 2024, to demonstrate their ability to meet the requirements, although this notice does not solicit competitive quotes. For further inquiries, interested vendors can contact Seliste Acres at seliste.c.acres@nasa.gov.
    Notice of Intent to Sole Source to Keysight Technologies, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole-source contract to Keysight Technologies, LLC for the delivery, installation, and commissioning of two Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This procurement is justified under FAR 6.302-1, indicating that only one responsible source is available to meet NASA's specific technical requirements. The contract will encompass not only the power supplies but also various related systems, including a Data Acquisition System and Scienlab Measurement and Control Modules, highlighting the critical role these components play in NASA's operations. Interested parties may submit a statement of capabilities by September 20, 2024, to the primary contact, Seliste Acres, at seliste.c.acres@nasa.gov, although this announcement is not a solicitation for competitive quotes.
    FE110xx External TX-Frontend and Bypass Filter
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the FE110xx External TX-Frontend and Bypass Filter, with the intention of acquiring this specialized equipment exclusively from Rhode & Schwarz as the sole source provider. This procurement is crucial for the NASA/Glenn Research Center, as it involves advanced instrumentation necessary for measuring and testing electrical signals, adhering to specific technical specifications that include a frequency range of 70 to 110 GHz and a signal modulation bandwidth of 2 GHz. Interested organizations must submit their qualifications in writing by 4:00 p.m. Central Standard Time on September 16, 2024, and include the ID 80NSSC883330Q in the subject line to ensure visibility; oral communications regarding this notice are not permitted. For further inquiries, interested parties can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    Eddyfi Ectane 3 with 64-channel ECA and SmartMUX
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure an Eddyfi Ectane 3 with a 64-channel Eddy Current Array (ECA) and SmartMUX system, which is crucial for inspecting critical welds in space launch systems. The procurement aims to achieve a 90% probability of detection (POD) with 95% confidence for cyclically grown fatigue cracks, utilizing advanced features such as compatibility with a 64-element probe arrangement and customization via Magnifi software. This specialized inspection system is vital for ensuring the safety and reliability of components used in space exploration, with delivery expected within five weeks of order placement at NASA Langley Research Center. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on September 16, 2024, to be considered for this sole source contract.
    NASA LaRC TE Connectivity Optimus System
    Active
    National Aeronautics And Space Administration
    NASA's Langley Research Center (LaRC) is seeking to procure additional TE Connectivity Optimus hardware necessary for the Electronically Scanned Pressure System Replacement in its 14-by-22-Foot Subsonic Tunnel. This procurement is critical for enhancing pressure measurement systems that support aerodynamic testing, ensuring compatibility with existing systems due to prior investments in TE Connectivity products. Quotes for this opportunity are due by 5:00 PM ET on September 17, 2024, with delivery expected within 60 weeks of order receipt. Interested vendors must be registered in the System for Award Management (SAM) and can contact Kavina Patel or Michelle Downs for further information.
    Low Power Programmable AC Source
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of four Low Power Programmable AC Sources, specifically the Chroma 61604 model, as part of a total small business set-aside initiative. These AC sources are required to deliver up to 300 Vrms with a current rating of 16 Arms and a power capacity of 2000 VA, operating across a frequency range of 15 Hz to 1 kHz or in DC mode, to support various government testing and measurement tasks. The procurement emphasizes the need for accurate and reliable equipment to enhance research and operational capabilities, with a submission deadline for quotes set for August 29, 2024, at 3:00 p.m. CT. Interested vendors must ensure they are registered in the System for Award Management (SAM) and direct any inquiries to Kacey Hickman via email at kacey.l.hickman@nasa.gov.
    Pressure Transducers
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure pressure transducers through a sole source contract with Kulite Semiconductor Products Inc. This procurement is essential for the operations at NASA's Armstrong Flight Research Center, where these specialized components will be utilized. The government intends to acquire these commercial items under the provisions of FAR Part 12 and FAR Part 13, with a deadline for interested organizations to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on September 16, 2024. For further inquiries, interested parties can contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
    Zuken DS.E3 License Data and Configuration Management; POP: 10/1/24 - 9/30/25
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of Zuken DS.E3 License Data and Configuration Management tools, aimed at supporting space flight harness design and fabrication at the NASA Langley Research Center in Hampton, VA. This procurement includes the acquisition of various floating licenses, specifically five licenses each for the Framework Engine and Component Master, along with one Engineering Services Package, to enhance NASA's capabilities in aerospace technology. The performance period for this contract is set from October 1, 2024, to September 30, 2025, with proposals due by September 17, 2024. Interested vendors must provide a Unique Entity Identifier (UEI) and adhere to federal procurement regulations, with inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    The NASA Search & Rescue Office requires the integration of Commercial Off-The Shelf (COTS) Mission Control Center (MCC) with the existing GSFC Medium Earth Orbit Search
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to integrate a Commercial Off-The-Shelf (COTS) Mission Control Center (MCC) with its existing Medium Earth Orbit Search and Rescue Local User Terminal (MEOLUT) at the Goddard Space Flight Center (GSFC). This sole source requirement specifically identifies Techno-Sciences Incorporated (TSI) as the exclusive provider for this integration, which is critical for processing emergency distress signals and maintaining operational efficiency within NASA's search and rescue operations. The project entails the delivery, installation, and integration of the MCC, ensuring compliance with Cospas-Sarsat standards and effective data sharing with NASA's network. Interested organizations must submit their qualifications in writing by September 18, 2024, at 9 a.m. CST, with inquiries directed to Procurement Specialist Shanna Patterson at shanna.l.patterson@nasa.gov.
    Rockwell Automation Software / Allen-Bradley Hardware components for ECMP 555 IWP upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for Rockwell Automation Software and Allen-Bradley Hardware components necessary for the upgrade of the Building 1770 Industrial Waste Processor control system. The procurement specifically requires brand name components, including controllers, input/output modules, and software licenses, which are critical for maintaining operational efficiency and effective ordnance support capabilities. Interested vendors must demonstrate their capability to meet the government's requirements by submitting their responses by September 23, 2024, at 10 AM (EST), and must be registered in the System for Award Management (SAM). For further inquiries, interested parties can contact Lawrence J. Connell at lawrence.j.connell.civ@us.navy.mil.