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
    MTS Alignment System for Strategic Investment
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of a "Brand Name" MTS Alignment System, specifically designed to enhance operational capabilities at its Langley Research Center in Hampton, Virginia. This procurement is set aside for small businesses and aims to acquire a specialized alignment system that is compatible with existing MTS systems, ensuring precision in material testing and minimizing operational disruptions. Interested vendors must submit their quotes by March 17, 2025, referencing tracking number 80NSSC25898072Q in their correspondence, and are required to be registered at SAM.gov to be eligible for consideration. For further inquiries, vendors can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Joint Safety Health Institutional Facilities Team (JSHIFT)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is initiating a presolicitation for the Joint Safety Health Institutional Facilities Team (JSHIFT), aimed at establishing a competitive acquisition for a 5-year Firm Fixed Price (FFP) contract with an Indefinite Delivery Indefinite Quantity (IDIQ) component. This procurement will provide essential core services across various NASA centers, including Goddard Space Flight Center (GSFC), Johnson Space Center (JSC), and Langley Research Center (LaRC), with a contract structure comprising a 2-year base period followed by three one-year options. A virtual pre-solicitation conference is scheduled for March 10, 2025, from 2 pm to 4 pm Eastern Time, where prospective offerors can engage and submit questions; registration is required by March 6, 2025. Interested parties can reach out to Lisa Harvey at larc-jshift@mail.nasa.gov for further information regarding this opportunity.
    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.
    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.
    Orion Crew Survival Systems (OCSS) project
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to issue a sole source contract to Hamilton Sundstrand Space Systems International, Inc. for the design, development, testing, and integration of hardware for the Orion Crew Survival Systems (OCSS) project. This initiative is critical for ensuring the safety of crew members during life-threatening situations, particularly in support of upcoming Artemis missions, with hardware delivery anticipated by December 2024. The contract will involve providing 1,000 hours of Crew Survival Engineering laboratory technician services and 50 hours of project management oversight, with deliverables including monthly status reports and presentations on lessons learned. Interested organizations must submit their qualifications by 3 p.m. CST on March 14, 2025, to be considered for potential competition, and inquiries should be directed to Cara Craft at cara.s.craft@nasa.gov.
    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.
    Precision Filters Networking Equipment, Cables and accessories
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Precision Filters Networking Equipment, Cables, and accessories, which are critical for the Orion OME thruster qualification testing. The procurement is specifically set aside for small businesses and includes a range of precise networking equipment, cables, and custom panel assembly, to be delivered to the NASA White Sands Test Facility in New Mexico within 60 to 90 days of order acknowledgment. This initiative emphasizes the importance of using Precision Filters products to ensure compatibility with existing systems and maintain operational efficiency in aerospace testing environments. Interested vendors must submit their quotes by March 17, 2025, and can direct inquiries to Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420, referencing Notice ID 80NSSC25897449Q.
    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.