TTE Ethernet (TTE) Development Hardware
ID: 80TECH24Q0046Type: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA IT PROCUREMENT OFFICEGreenbelt, MD, 20771, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Aeronautics and Space Administration (NASA) seeks to issue a Purchase Order for Time Triggered Ethernet (TTE) Development Hardware used in prototyping and testing for flight software and hardware interfaces relevant to the Habitat and Logistics Outpost and Power and Propulsion element. The order, valued at $332,204, aims to procure specific networking equipment through an exception to the Fair Opportunity process due to the unique nature of the required equipment. This justification indicates that the specified brand is the only available option to meet NASA's needs effectively, as it is the sole provider of TTE Development Hardware. The procurement will follow a brand name solicitation with a Lowest Price Technically Acceptable award process to ensure competitive pricing. No barriers exist for future acquisitions, and no additional purchases are planned at this time; however, NASA will continually explore the market for potential alternatives. Overall, this documentation highlights NASA's commitment to ensuring fair pricing while addressing specialized technological requirements imperative for the agency's testing and development initiatives.
    The National Aeronautics and Space Administration (NASA) has issued Request for Quotation (RFQ) 80TECH24Q0046 for Time-Triggered Ethernet (TTE) development hardware. This solicitation aims to procure commercial products/services under the guidelines specified in the Federal Acquisition Regulation (FAR). Interested parties are invited to submit quotations, with delivery to NASA's Johnson Space Flight Center required within 30 days of order receipt, on a firm fixed-price basis. Quotations will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, prioritizing both the technical specifications and total price. Respondents must include necessary representations and certifications as outlined in the RFQ and may use various forms of submission, with invoices submitted electronically. The document details mandatory clauses applicable to the contract, insurance obligations, event reporting, and compliance with export control laws. There are provisions for sensitive information handling, as well as requirements for identifying and marking government equipment. The RFQ emphasizes prompt payment for small business subcontractors and promotes the use of sustainable products. The successful contractor must ensure compliance with Section 508 of the Rehabilitation Act regarding ICT accessibility.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Spare Netscanner modules for the Netscanner system installed at W7 Test Facility in NASA GRC.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking authorized resellers of TE Connectivity to provide spare Netscanner modules for the Netscanner system installed at the W7 Test Facility in Cleveland, Ohio. This procurement is a full and open competition, with specific requirements for the Intelligent Pressure Scanner (Model 9916), which includes precise accuracy, robust overpressure capabilities, and compatibility with existing systems. The procurement is critical for maintaining operational integrity and efficiency at NASA's research facilities, ensuring the availability of essential pressure measurement equipment. Quotes are due by September 20, 2024, and interested vendors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details.
    TI development interance and Zyngus evaluation board
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking quotations for the procurement of a TI development interface and Zyngus evaluation board, which are critical for testing advanced detection systems in astrophysics missions. This procurement is designated as a brand-name requirement and involves the delivery of specific evaluation boards, including two Xilinx ZCU-111 RFSoC Evaluation Boards and two Texas Instruments TSW14DL3200EVM DAC Evaluation Boards, to the Goddard Space Flight Center in Greenbelt, Maryland. The successful delivery of these items is essential for the effective development and deployment of Kinetic Inductance Detectors (KIDs) and Transition-Edge Sensor (TES) bolometers, reinforcing NASA's commitment to cutting-edge space research. Interested small businesses must submit their quotes by September 19, 2024, and are required to provide their Unique Entity Identifier (UEI) along with compliance with federal regulations; for further inquiries, they can contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or call 228-813-6067.
    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 a combined synopsis/solicitation. This equipment is crucial for NASA's operations at the Langley Research Center, enhancing their capabilities in industrial machinery manufacturing. Interested vendors must submit their quotations, including technical specifications and pricing, by 1:00 PM Eastern Daylight Time on September 23, 2024, with delivery required within 28 weeks of order receipt. For inquiries, potential bidders can contact Nicolas Zogaib or Wayne Plummer via email at nicolas.a.zogaib@nasa.gov and wayne.s.plummer@nasa.gov, respectively.
    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.
    Procurement of Material used to fabricate parts for the NASA Electric Aircraft Testbed (NEAT) project.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking small businesses to procure materials necessary for the fabrication of parts for the NASA Electric Aircraft Testbed (NEAT) project. This procurement includes five sheets of 4130 annealed carbon steel plates and stainless steel tubing that must meet specific ASTM standards, along with required certificates of material conformance. The materials are critical for advancing NASA's initiatives in electric aviation technologies, reflecting the agency's commitment to innovation in aerospace. Quotes are due by September 24, 2024, and interested vendors should direct inquiries to Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
    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.
    FY24 Verint Annual Maintenance & Support Coverage Standard Plan
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide annual maintenance and support coverage for the Verint Media Recorder systems at the Kennedy Space Center. This procurement, designated as RFQ 80NSSC24883335Q, is critical for ensuring the operational integrity of audio recording systems used in radio and VoIP telephone communications, particularly during significant missions such as those related to the Artemis and International Space Station programs. The maintenance services are essential for compliance with operational standards and public safety needs, and the contract period is set from September 1, 2024, to April 30, 2025, with options for annual renewal. Interested parties must submit their quotes by September 19, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.
    VMWare Software Support
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure VMWare Software Support through a sole source contract with Rimini Street, Inc. This procurement is essential for maintaining the software used in the Kennedy Space Center's Launch Control System, which includes support for various VMWare products such as vCenter Server and vSphere. The services provided will ensure operational efficiency and the integrity of critical systems, particularly in support of the Artemis Mission. Interested parties must submit their qualifications by 9:00 a.m. Central Standard Time on September 23, 2024, with inquiries directed to Tessa Martinez at tessa.m.martinez@nasa.gov.
    32 Channel VibRunner Data Acquisition Upgrade
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 32 Channel VibRunner Data Acquisition Upgrade, a critical component for enhancing measurement and data acquisition systems at the NASA Langley Research Center. The procurement includes the acquisition of 24 channels of 820 VibRunner, additional hardware, software licenses, and calibration services to ensure compliance with federal standards. This upgrade is essential for maintaining high-quality research operations and operational efficiency in aerospace projects. Interested vendors must submit their quotes by September 20, 2024, and include the tracking number (80NSSC24883871Q) in their email correspondence to the primary contact, Shanna Patterson, at shanna.l.patterson@nasa.gov.
    Ruggedized Iridium SATCOM System
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide a ruggedized Iridium SATCOM system, specifically the Flightcell DZMx model, through a total small business set-aside contract. The procurement aims to acquire a communication system that meets stringent interoperability requirements with NASA's existing configurations, including capabilities for Push-To-Talk and phone calls, as well as compliance with DO-160G standards for environmental resilience. This specialized equipment is critical for ensuring reliable communication in diverse and challenging operational environments, supporting NASA's mission objectives. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov, ensuring compliance with federal acquisition regulations and registration at SAM.gov.