FY25 NASA Workstation Upgrade Fire Alarm
ID: 80NSSC25892386QType: Special Notice
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking contractors for the FY25 NASA Workstation Upgrade Fire Alarm project at the Langley Research Center in Hampton, Virginia. The procurement involves the supply and installation of three ONYXWorks workstations, two NFN-GW gateways, and related services, including data migration, testing, and training, all while ensuring no downtime to existing emergency systems. This upgrade is crucial for enhancing safety and operational efficiency in NASA's fire alarm systems. Interested organizations must submit their capabilities and qualifications by 1 p.m. CST on January 10, 2025, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Langley Research Center is seeking contractors for an upgrade of its NASA VSC Fire Alarm Workstation. The contractor must provide three ONYXWorks workstations, two NFN-GW gateways, and related services including installation, data migration, testing, and training. Key hardware specifications include pre-loaded software by a NICET Certified technician, Windows 11 OS, and a High-Speed Network Communications Module. All upgrades must be executed without any downtime to existing emergency systems. Deliverables include the new workstations and gateways, migration of current data, updating graphics, and connection to the existing Notifier network, accompanied by hardware and software documentation as well as a test report certifying successful installation and functionality. The project will take place at NASA Langley Research Center in Hampton, VA, over a period of 12 months, with a specific emphasis on maintaining operational continuity during the upgrade process. This initiative underscores the agency's commitment to enhanced safety and operational efficiency in its fire alarm systems.
    NASA's NASA/NSSC has announced a requirement for the FY25 NASA Workstation Upgrade Fire Alarm system and plans to award a sole source contract to VSC FIRE & SECURITY, INC. This decision is supported by FAR 13.106-1(b)(1)(i), citing VSC as the exclusive provider for the needed services. All performance will take place at NASA's Langley Research Center (LARC). The government aims to procure commercial items using FAR Part 12 and FAR Part 13 regulations. The relevant NAICS Code is 238990. Organizations interested in competing for this procurement must submit their capabilities and qualifications by 1 p.m. CST on January 10, 2025. The government retains the right to decide whether to pursue competitive bidding based on submissions. Direct oral communications are not permitted, with inquiries directed to the designated point of contact, Cara Craft, whose contact details are included. The announcement also notes that the NASA Ombudsman for this acquisition can be accessed online. Overall, this document outlines important procurement details and invites interested parties to demonstrate their suitability for the contract.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@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.
    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.
    Laser Screening and Lot Qualification Testing
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide laser screening and lot qualification testing services at the NASA Johnson Space Center in Houston, Texas. This procurement aims to ensure the rigorous testing of lasers used in the Primary Constituent Monitor (PCM) Project, which is critical for monitoring oxygen, carbon dioxide, and water levels in the Habitation and Logistics Outpost (HALO) module for the Artemis IV mission. The selected contractor will be responsible for conducting Electro-Optical Performance Testing, Laser Screening, and Lot Acceptance Testing, adhering to NASA standards to guarantee the reliability and safety of these essential components. Interested parties should contact Maya Evans at maya.e.evans@nasa.gov or Stephen Noethen at stephen.d.noethen@nasa.gov for further details.
    (4) Dawn VME RME-5553 cPCI Chassis
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide four units of the Dawn VME RME-5553 cPCI Chassis, which are essential for hosting an avionics emulator for the Gateway Power and Propulsion Element. The procurement requires that each chassis meet specific technical specifications, including a 19” rack mount, 4U height, and various components such as a high-powered fan assembly and health monitoring system, with delivery expected within 8 to 10 weeks after receipt of order. This acquisition is critical to NASA's ongoing technological advancements in space exploration, emphasizing the need for specialized equipment. Interested offerors must submit their quotations by March 11, 2025, and can contact Cara Craft at cara.s.craft@nasa.gov for further information.
    new replacement signal generator from manufacturer, Keysight Technologies.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for a new replacement signal generator from Keysight Technologies, as part of a procurement request (RFQ 80NSSC25896419Q). This solicitation aims to fulfill specific requirements outlined in the Statement of Work, ensuring compliance with federal contracting standards while promoting transparency and fairness in the procurement process. The signal generator is crucial for various laboratory applications, contributing to NASA's mission of advancing aeronautics and space exploration. Quotes are due by March 13, 2025, and must be submitted to the designated contracting officer, Sara Jusino-Terry, with all inquiries directed to her by March 11, 2025. Offerors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    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.
    Procuring GR740 development units for software testing
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure GR740 development units and associated software for software testing, specifically for the Mars Ascent Vehicle (MAV) Flight Software. The procurement involves acquiring two GR740 development units and three GRMON4 software components from Frontgrade Gaisler, which are critical for ensuring compatibility with the MAV's current software integration testing. This sole source procurement is essential to maintain coherence in the MAV team's ongoing development processes, with an anticipated delivery period of 18-20 weeks following the issuance of a purchase order. Interested vendors may submit their capabilities and qualifications by 7 a.m. CST on March 11, 2025, for evaluation, and inquiries can be directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
    Ames Research Center Facilities Support Services II (AFSS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking qualified contractors for the Ames Research Center Facilities Support Services II (AFSS II) project, which falls under the Facilities Support Services category. This procurement aims to provide comprehensive facilities support services, crucial for maintaining operational efficiency at the Moffett Field location in California. A draft Request for Proposal (RFP) is anticipated to be released in early 2025, with an in-person Industry Day scheduled for March 26, 2025, to facilitate engagement and information sharing among interested parties. Interested vendors, particularly those certified under the 8(a) program, are encouraged to register for the events and direct inquiries to Anna Foreman at anna.m.foreman@nasa.gov or Andrea Lovell at andrea.c.lovell@nasa.gov for further details.
    DEFORM Premier Annual Lease Renewal with MPI (4-CPU) on hdlk #4346
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its annual lease for DEFORM Premier software, which is critical for flow forming finite element modeling at the Langley Research Center in Hampton, Virginia. This procurement involves a 4-CPU setup under system hdlk 4346 and is intended to support ongoing research and development efforts in aeronautics and space exploration. The lease period is set for one year, from May 30, 2025, to May 29, 2026, and organizations interested in competing for this contract must submit their qualifications by 4:00 p.m. CST on March 12, 2025. For further inquiries, interested parties can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.