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Administration (NASA) Shared Services Center is seeking to procure Schneider Electric M580 PLC equipment to replace outdated Quantum Model PLCs at the Glenn Research Center.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    The document outlines the procurement and upgrade plan for Schneider Electric PLC equipment, which aims to replace outdated Quantum Model PLCs.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.
    TTE Ethernet (TTE) Development Hardware
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Time-Triggered Ethernet (TTE) Development Hardware, which is essential for prototyping and testing unreleased flight software and emulated flight hardware interfaces for the Habitat and Logistics Outpost (HALO) and Power and Propulsion element (PPE) Avionics systems. This specialized networking equipment is critical for NASA's Gateway Software Verification Laboratory (GSVL) and is being procured under a brand name justification due to its unique specifications, with a total estimated value of $332,204. Interested vendors must submit their quotations on a firm fixed-price basis within 30 days of order receipt, adhering to the Lowest Price Technically Acceptable (LPTA) evaluation criteria. For further inquiries, interested parties can contact Debbie Matthews at debbie.r.matthews@nasa.gov or Sabrina Pearson at sabrina.m.pearson@nasa.gov.
    4 lubricator systems required for existing vacuum pump compressor systems
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure four lubricator systems for existing vacuum pump compressor systems, with plans to issue a sole source contract to The Sloan Brothers Co., the exclusive provider for this requirement. These lubricator systems are critical for maintaining the operational efficiency of NASA's vacuum pump compressor systems, which are essential for various research and development activities at NASA's Langley Research Center. Interested vendors may submit their qualifications by 4 p.m. CST on September 20, 2024, for evaluation to determine if competition is warranted, and inquiries can be directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    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.
    Moog MD90 Control Load System & Coupling SW
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure a Moog MD90 Control Load System and associated Electronic Coupling Software, which are critical for the development and training of the X-66 experimental aircraft at the Armstrong Flight Research Center (AFRC) in Edwards, California. The procurement specifically requires Moog products due to their unique specifications that meet essential size and performance criteria, ensuring compatibility with existing simulator infrastructure and avoiding significant delays and costs associated with alternative vendors. The performance period for this acquisition is set at 26 weeks from the award date, and interested small businesses must register in the System for Award Management (SAM) and adhere to federal regulations. For further inquiries, interested parties can contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136.
    C.R. Onsrud F144Q12 5- Axis Qube Series CNC Router (F144Q12) Brand Name or Equal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of a C.R. Onsrud F144Q12 5-Axis Qube Series CNC Router, or an equivalent product, as part of Request for Quotation (RFQ) 80TECH24Q0052. This procurement aims to enhance NASA's capabilities at the Langley Research Center by acquiring advanced industrial machinery that meets specific technical specifications. The selected contractor will be required to deliver the CNC router within 28 weeks of order receipt, with the contract anticipated to be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation criteria. Interested vendors must submit their quotes by 1:00 PM Eastern Daylight Time on September 19, 2024, and may direct inquiries to Nicolas Zogaib or Wayne Plummer via email before September 18, 2024.
    Rockwell Automation Software / Allen-Bradley Hardware components for ECMP 519 Plant Watch & Oven Watch upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a firm fixed price contract on a noncompetitive basis to Rexel for the provision of Rockwell Automation Software and Allen-Bradley Hardware components necessary for the ECMP 519 Plant Watch and Oven Watch upgrade. This procurement is critical as it involves specialized components that are essential for enhancing operational capabilities at the facility. The contract will be negotiated under the authority of 10 U.S.C. 2304 (C) (1), and interested parties are invited to demonstrate their capability to meet the requirements by submitting their responses by September 23, 2024, at 10 AM (EST). For further inquiries, vendors may contact Lawrence J. Connell at lawrence.j.connell.civ@us.navy.mil or Katy Gates at katy.m.gates.civ@us.navy.mil.
    Multi-channel Distributed sensing instruments
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Multi-channel Distributed sensing instruments, with plans to award a sole source contract to LUNA Innovations Incorporated, identified as the exclusive provider of these instruments. This procurement is critical for NASA's operations at the Glenn Research Center and will be conducted under the Federal Acquisition Regulation (FAR) guidelines for commercial items. Interested organizations are invited to submit their capabilities and qualifications in writing by 4 p.m. Central Standard Time on September 19, 2024, to determine if the procurement will proceed competitively; oral communications will not be accepted. For further inquiries, interested parties may contact Jacqueline Townley, Procurement Specialist, at jacqueline.e.townley@nasa.gov.
    FY24 HPE Maintenance Renewal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking bids for the FY24 HPE Maintenance Renewal, aimed at acquiring essential maintenance services for HPE hardware at the Langley Research Center (LaRC) in Hampton, Virginia. The procurement includes support for various components such as SGI Clusters, servers, power cords, and memory modules, with a performance period from August 1, 2024, to July 31, 2025. This initiative underscores NASA's commitment to maintaining its critical computing infrastructure, which is vital for its research capabilities. Interested vendors should reference RFQ number 80NSSC24878914Q in all correspondence and include their CAGE code in quotes, with inquiries directed to Brianna Faye at brianna.n.ladner@nasa.gov.