FemtoTools iX05 Nanoindenter Brand Name or Equal
ID: 80TECH25Q0048Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 4:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of a FemtoTools iX05 Nanoindenter or an equivalent product, aimed at enhancing material testing capabilities at the Marshall Space Flight Center in Huntsville, Alabama. The nanoindenter is required to measure near-surface mechanical properties with high lateral resolution, which is critical for developing property maps that assess material performance under space-like conditions. This procurement includes the nanoindenter, various microforce sensing probes, a scratch testing module, and necessary software and installation services, with a delivery timeline of 20 weeks and a requirement for a 12-month warranty and ongoing technical support. Interested vendors must submit their quotes by email by 12:00 PM EST on April 3, 2025, and can direct inquiries to Cory Rasnic or Nicolas Zogaib at NASA.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 9:05 PM UTC
The document serves as an amendment to a prior solicitation, effectively extending the quote due date from April 1, 2025, to April 3, 2025, and correcting an administrative error related to pricing instructions. The amendment outlines the necessity for offerors to acknowledge receipt of this document prior to the specified deadline, either by completing designated sections or through a separate letter or electronic communication. It emphasizes that failure to acknowledge or submit changes may result in offer rejection. The amendment also clarifies that the solicitation will be conducted on a full-and-open basis, refuting the previously referenced small business set-aside language. The document adheres to standard federal procurement practices as established by the GSA and emphasizes the importance of compliance with the terms outlined. This summary encapsulates essential amendments to the solicitation process to ensure clarity and adherence to regulations for potential contractors responding to the Request for Proposals (RFP).
Mar 31, 2025, 9:05 PM UTC
The document serves as an FAQ for RFQ 80TECH25Q0048, detailing submission guidelines and eligibility criteria for prospective bidders. It specifies that responses must be emailed to designated contacts by the deadline. Bidders who have completed the relevant representations and certifications in SAM (System for Award Management) are still required to fill out additional provisions outlined in the RFQ. Furthermore, the RFQ is open to all interested parties, confirming that small business status is not a requirement for participation. The overall intent of the document is to provide clarity on procedural requirements, ensuring that interested firms are informed about submission formats and eligibility parameters, thereby facilitating a fair competitive bidding process.
Mar 31, 2025, 9:05 PM UTC
The document outlines a Statement of Work for the procurement of a Femto Tools iX05 Femto-Indenter Extreme for NASA's Marshall Space Flight Center (MSFC). The aim is to acquire a nanoindenter capable of measuring near-surface mechanical properties at high lateral resolution, crucial for creating property maps that elucidate material tribological performance under space-like conditions. Key specifications include a force range from 0.1nN to 2N, a dedicated vacuum chamber, and the ability to conduct testing at low temperatures and varying environments. The procurement includes the nanoindenter, multiple microforce sensing probes with specific force ranges, a scratch testing module, a low-temperature module, and necessary software and installation services. The project mandates delivery within 20 weeks and emphasizes the need for a 12-month warranty, ongoing technical support, and free software updates. The document serves as a federal procurement request, emphasizing precise specifications, supplier responsibilities, and operational performance timelines to fulfill NASA’s research and testing needs effectively.
Mar 31, 2025, 9:05 PM UTC
The document is a NASA Rider outlining terms and conditions for hardware, software, and services procurement. It integrates guidelines from Value Added Reseller (VAR) or Manufacturer End User License Agreements (EULAs) while ensuring compliance with federal laws. Key provisions include specifications on contracting parties, audit rights, termination processes consistent with the Federal Acquisition Regulation (FAR), and limitations on indemnities. Notable exclusions from standard EULA clauses are emphasized, such as prohibiting agreements that violate the Anti-Deficiency Act, automatic renewals, and unilateral terminations. The Rider mandates that all software usage and reporting provide stringent security measures and prohibits unauthorized use of data for AI or machine learning without NASA’s consent. The document ensures transparency, compliance with legal standards, and defines the rights and responsibilities of NASA and its contractors while navigating federal procurement processes. It underscores the importance of alignment between commercial licensing terms and governmental legal requirements.
Mar 31, 2025, 9:05 PM UTC
The National Aeronautics and Space Administration (NASA) has issued a firm-fixed-price order for the procurement of a Femto Tools iX05 Nanoindenter or an equivalent product, managed by the Information Technology Procurement Office (ITPO). The contractor is required to provide all necessary resources for performance, as detailed in the attached Statement of Work (SOW). Delivery must be made to NASA's Marshall Space Flight Center in Huntsville, AL, within 20 weeks from award. Compliance with Federal Acquisition Regulation (FAR) and NASA-specific clauses is mandatory. The document includes requirements on Section 508 compliance for Information and Communication Technology (ICT), export license adherence, and sensitive information handling. Contractors must also represent compliance concerning covered telecommunications equipment and services, as well as economic provisions for small businesses and labor standards. This procurement reflects NASA's diligence in ensuring quality and compliance while supporting small business participation and adherence to legal obligations, which are essential in federal grant and RFP contexts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
OMEGA160-NET F/T Transducers US-600-3600 with network box and required cables/adapters (3 units each)
Buyer not available
NASA's National Aeronautics and Space Administration Shared Services Center is seeking to procure three OMEGA160-NET F/T Transducers, along with associated cables, adapters, and power supplies, specifically from authorized resellers of ATI Industrial Automation. This procurement is set aside for small businesses and is critical for ensuring precise measurements in engineering applications, as the transducers are designed for high strength, low weight, and high signal-to-noise ratios, which are essential for reliable data acquisition systems. Interested parties must submit their quotations by April 14, 2025, and all correspondence should reference Notice ID 80NSSC25899411Q. For further inquiries, contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
Haas Desktop CNC Mill and Control System
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.
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.
GEN3iA data acquisition system
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a GEN3iA data acquisition system through a sole source contract with Hottinger Bruel & Kjaer Inc., identified as the only supplier capable of fulfilling this requirement. The contractor will be responsible for delivering one unit of the system, which is critical for measuring and testing electrical signals, with a warranty covering defects for 24 months post-delivery. The project is expected to be completed within one year, with the final shipping destination at NASA's Lyndon B. Johnson Space Center in Houston, Texas. Interested organizations are invited to submit their capabilities and qualifications by April 16, 2025, to Cara Craft at cara.s.craft@nasa.gov, to assist in determining the potential for competitive procurement.
Thermal Spray Flame Equipment, Master Jet 3
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to acquire a Master Jet 3 thermal spray gun to enhance its high-temperature instrumentation research. This procurement aims to utilize packed ceramic Alumina (Al3O2) to produce a uniform molten spray, which is critical for coating high-temperature sensors and improving their reliability. The Master Jet 3 is designed to minimize device failure rates through better particle uniformity and is essential for advancing thermal spray technologies in aeronautics and space exploration. Interested small businesses must submit their quotes by April 15, 2025, and are encouraged to reach out to Tracy Bremer at tracy.g.bremer@nasa.gov for any inquiries before April 11, 2025.
Visual Planning Software in support of the FY25 Spaceport Scheduling Project.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide Visual Planning Software in support of the FY25 Spaceport Scheduling Project. The procurement includes a one-year on-premise subscription for various user licenses, along with comprehensive consulting and training services aimed at enhancing operational capabilities at the Kennedy Space Center. This software is critical for efficient schedule management, conflict elimination, and integration with existing systems, ensuring continuity and efficiency in NASA's operations. Quotes are due by April 16, 2025, with the performance period expected to commence on July 1, 2025. Interested vendors must demonstrate authorization as a reseller of the Visual Planning software and can contact Laura Quave at laura.a.quave@nasa.gov for further information.
Combined Synopsis/Solicitation Confocal Microscope System
Buyer not available
The National Institute of Standards and Technology (NIST) is soliciting quotations for an automated high-speed confocal microscope system under RFQ number 1333ND25QNB030114. This procurement aims to acquire a sophisticated imaging system capable of analyzing biomolecules such as proteins and DNA on various substrates, which is critical for advancing semiconductor technology as part of the CHIPS program. The system will enhance measurement science in the semiconductor supply chain, focusing on developing CMOS biosensors and improving manufacturing processes. Interested offerors must submit their quotations by April 16, 2025, at 9:00 AM ET, and are encouraged to contact Nina Lin or Tracy Retterer for further inquiries regarding the solicitation process.
Confocal Raman Mcroscope
Buyer not available
The Department of Commerce's National Institute of Standards and Technology (NIST) is seeking quotations for the procurement of a Confocal Raman Microscope, specifically the Horiba LabRAM Odyssey or an equivalent model. This advanced laboratory equipment is intended to enhance research capabilities in semiconductor manufacturing processes, particularly in support of the CHIPS Act Grand Challenge 5, by facilitating in-depth analysis of electrochemical processes crucial for optimized semiconductor design and packaging. Interested vendors must comply with FAR regulations, provide detailed specifications and pricing, and demonstrate relevant experience, with proposals due by April 18, 2025. For further inquiries, vendors can contact Junee Johnson at junee.johnson@nist.gov.
Metal Break for EV73 to support mockup fabrication
Buyer not available
NASA's National Aeronautics and Space Administration Shared Services Center is seeking to procure a Metal Break for EV73 to support mockup fabrication through a sole source contract with JPW Industries Inc. This procurement is essential for the construction of full-scale models at NASA's Marshall Space Flight Center, aimed at identifying potential fitment and assembly issues, and involves the acquisition of hydraulic machinery capable of cutting and bending various materials. Interested organizations may submit their qualifications by 7 a.m. CST on April 16, 2025, with Shanna Patterson designated as the primary contact for inquiries regarding this opportunity.
The frequency synthesizer with operation frequency of 2200 to 2300MHz, was originally designed for the LCT2 transceiver by EM Research. 6 RF synthesizers to be procured
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure six frequency synthesizers with an operational frequency range of 2200 to 2300 MHz, originally designed for the Low Cost TDRSS Transceiver (LCT2) by EM Research. The procurement includes six units of the EM Research model HLX-2190-01 and six units of the LT-2300-03, both of which are programmable frequency synthesizers, aimed at enhancing telemetry capabilities within NASA's space program. The contract is set to be awarded as a sole source to EM Research, Inc., with performance obligations to be fulfilled at the Wallops Flight Facility (WFF) by June 30, 2025. Interested organizations must submit their capabilities and qualifications to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on April 14, 2025, to be considered for this opportunity.