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
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.
Vacuum Chamber 1.1 for LESTR 2- additional parts specified in SOW
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a vacuum chamber, specifically designated as Vacuum Chamber 1.1 for LESTR, along with additional parts as outlined in the Statement of Work (SOW). This procurement is critical for NASA's operations, as the vacuum chamber will play a significant role in various aerospace testing and research activities. Interested vendors, particularly small businesses, must submit their quotes by April 29, 2025, and are required to register at www.sam.gov. For further inquiries, potential offerors can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
FY25 Atos Q Sensor Driver Software Support 1 Year
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure software support for the Atos Q Sensor Driver for a one-year period, from May 1, 2025, to April 30, 2026. This procurement aims to ensure consistent software maintenance for the ATOS System, which is critical for enhancing aerospace measurement and inspection capabilities at the NASA Marshall Space Flight Center in Huntsville, Alabama. The contract will be awarded on a sole-source basis to Carl Zeiss Industrial Quality Solutions, as they are the only provider capable of fulfilling these specific software support requirements. Interested organizations may submit their qualifications to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on April 25, 2025, to be considered for this procurement.
Replacement X-ray Detector
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a Replacement X-ray Detector for its Bruker M4 Tornado X-ray Fluorescence spectrometer, which is currently non-operational due to the failure of the existing detector. The new solid-state detector must meet specific technical requirements, including a large 60 mm² window, a resolution of less than 145 eV at 275,000 counts per second for manganese K-alpha, and detection limits for elements at the parts per million (ppm) level. This procurement is critical for maintaining operational capabilities in scientific research, particularly for projects related to the NASA Curiosity rover mission on Mars. Interested vendors must submit their capabilities and qualifications to the designated contacts by 11:59 a.m. Eastern Standard Time on April 25, 2025, to be considered for this sole source contract, which will be awarded to Bruker AXS LLC.
DFMPro for Creo
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of DFMPro software, specifically three user-based licenses, along with installation and training support at the Kennedy Space Center. The objective of this procurement is to enhance design for manufacturability capabilities within NASA's engineering teams, thereby promoting innovation and efficiency in their technological practices. The performance period is set from May 12, 2025, to May 11, 2026, with quotes due by April 30, 2025. Interested vendors must register at SAM.gov and comply with federal regulations, with the procurement set aside for small businesses; for further inquiries, contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136.
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.
Matrox Transmitter and Receiver
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for a Matrox Transmitter and Receiver under RFQ number 80NSSC25901617Q, specifically targeting small businesses. This procurement involves a Brand Name or Equal requirement, with detailed specifications outlined in the accompanying Statement of Work, and aims to ensure compliance with federal telecommunications standards and regulations. Interested offerors must submit their quotes via email by April 28, 2025, and are encouraged to address any questions in writing by April 24, 2025, while ensuring their quotes remain valid for 30 days. For further inquiries, potential bidders can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
600kgs of IN625 RAM2 additive manufacturing powder
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure 600 kilograms of IN625 RAM2 additive manufacturing powder, a specialized material essential for advanced manufacturing processes. The procurement requires the powder to meet specific composition and quality standards, including a primary element composition of Nickel, Iron, and Chromium, along with defined particle size distribution and shape characteristics. This additive manufacturing powder is critical for applications in aerospace and other high-tech industries, ensuring compliance with stringent quality requirements. Interested vendors must submit their qualifications in writing by April 25, 2025, at 1 p.m. Central Standard Time, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
Skydio X10 Starter Kit
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a Skydio X10 Starter Kit, specifically from Skydio, Inc., as part of a combined synopsis/solicitation. This procurement is set aside for small businesses and aims to acquire advanced technology compatible with both 2.4/5 GHz and 5G/LTE networks, essential for operations at the Kennedy Space Center in Merritt Island, Florida. The selected equipment will enhance NASA's capabilities in its missions, reflecting the agency's commitment to maintaining cutting-edge technology. Quotes are due by April 28, 2025, and interested offerors must direct any questions to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
Nacelle Covers for Plug25 Project
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the fabrication and machining of Nacelle Covers for the Plug25 Project, utilizing .063” Thick 316 Stainless Steel in accordance with ASTM A240 standards. This procurement is part of NASA's ongoing efforts to enhance aerospace technology and requires vendors to ensure full dimensional inspections, proper documentation, and weekly status updates throughout the production process. The completed Nacelle Covers must be delivered to the NASA Glenn Research Center by June 18, 2025, with quotes due by April 29, 2025. Interested offerors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details and to reference Notice ID 80NSSC25900029 in all correspondence.