Ruggedized Iridium SATCOM System
ID: 80NSSC881435QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Telecommunications (517810)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Aeronautics and Space Administration (NASA) Glenn Research Center is seeking proposals for a ruggedized Iridium SATCOM system as outlined in their Statement of Work (SOW). The primary aim is to procure a communication unit that supports both Push-To-Talk and voice calls via the Iridium satellite network, ensuring interoperability with existing NASA equipment. Key specifications highlight that the device must meet IP54 or higher standards for dust and water protection and comply with DO-160G standards for temperature and altitude. The unit must also be designed for panel mount installations rather than being handheld. The SOW uses specific verbs to distinguish between binding requirements ("shall") and non-mandatory suggestions ("should/may"), emphasizing the necessity for adherence to established technical standards and installation parameters. This project reflects NASA's commitment to advancing satellite communication capabilities within its operational infrastructure while maintaining stringent compliance with safety and technical standards.
    The document outlines a Statement of Work (SOW) for the National Aeronautics and Space Administration (NASA) Glenn Research Center, specifying a requirement for a ruggedized Iridium SATCOM system, specifically the Flightcell DZMx model. The contract aims to procure equipment that meets stringent requirements for satellite communication interoperability with NASA's existing configurations. Key specifications include Push-To-Talk and phone call capabilities, IP54 or higher dust and water protection, and compliance with DO-160G standards for temperature and altitude. The unit must be designed for panel mount installations, disallowing handheld devices. This SOW demonstrates NASA's commitment to maintaining high operational standards in communication technologies for its missions and projects. Compliance with these outlined requirements ensures reliability and functionality critical to NASA's operations in diverse and challenging environments.
    The document outlines a recommendation by the NASA Shared Services Center to procure a Ruggedized Iridium SATCOM System exclusively from Iridium Communications Inc. This sole-source justification arises because only this brand can effectively transmit and receive within the specific Radio Frequency (RF) band authorized by the Federal Communications Commission (FCC) for communication with NASA's equipment. Extensive market research concluded that no alternative vendors can meet this requirement, and using a different brand could lead to compatibility issues, rendering NASA's existing Iridium equipment inoperable. The procurement process aims for efficient functionality, with an estimated lead time of 60 days after receipt of the order. This recommendation demonstrates NASA's commitment to ensuring interoperability and operational readiness within its communication systems, underscoring the practicality of limiting competition in this instance due to specific technical needs.
    The document outlines a set of FAQs regarding the integration and specifications of a device required by NASA. The primary requirement is that the device must interface with NASA's aircraft power and audio systems and communicate through the Iridium satellite constellation to ensure interoperability with existing equipment. Necessary adjustments will be made by NASA engineering to facilitate this integration. The document explicitly states that satellite services should not be included in the quote for the device. Additionally, it provides an acceptable part number for the device, which is DZP_04-400-BBW, along with associated component part numbers: APP_00001 and CNP_00035. This information is critical for potential contractors participating in the RFP process to ensure compliance with NASA's operational standards and technical requirements.
    The document outlines a Request for Quotation (RFQ) for a Ruggedized Iridium SATCOM System, specifically by Iridium Communications Inc, and is issued by NASA. It includes five sections detailing the Statement of Work, Instructions to Offerors, Solicitation Provisions, Clauses/Terms and Conditions, and Quote Evaluation Criteria. Key points include the requirement for offers to be submitted by September 11, 2024, the need for registration in the System for Award Management (SAM), and the project’s small business set-aside status. Offerors must provide specific certification regarding telecommunications equipment, as well as various representations regarding the status of their business (e.g., small business, veteran-owned). The RFQ emphasizes compliance with federal acquisition regulations and environmental certification guidelines. The inclusion of provisions related to telecommunications, child labor, and international trade underlines the regulatory framework guiding the procurement process. Overall, this solicitation reflects the government's focus on ensuring compliance and supporting small businesses in fulfilling technological needs.
    The National Aeronautics and Space Administration (NASA) issued Request for Quotation (RFQ) 80NSSC881435Q for a Ruggedized Iridium SATCOM System, specifically the Flightcell DZMx SATCOM system. The document includes several sections: Statement of Work/Bid Schedule, Instructions to Offerors, Solicitation Provisions/Representations and Certifications, Clauses/Terms and Conditions, and Quote Evaluation Criteria. Interested small businesses must submit quotes by September 19, 2024, detailing points of contact and remaining valid for 30 days. Queries should be directed in writing to designated contact by September 17, 2024. All offers must comply with federal acquisition regulations, including registration requirements at SAM.gov and specific telecommunications provisions. The procurement aims to provide a specialized communication system critical for NASA’s operations, highlighting the agency's commitment to engaging small business entities in government contracting opportunities. This document exemplifies the structured approach to federal procurement, ensuring compliance with regulations while fostering participation from diverse business types.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    NAWCAD WOLF - Syntonics Rack Mount Communications Systems in Support of CSI Program
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking quotes from qualified small businesses for the procurement of Syntonics Rack Mount Communications Systems in support of the CSI Program. This procurement is a total small business set-aside and requires vendors to be authorized distributors or resellers of Syntonics LLC products, ensuring compliance with the Trade Agreements Act (TAA) and that all items are covered under the manufacturer’s warranty. The selected vendor will provide specific radio communication equipment, with proposals evaluated based on the lowest price among acceptable submissions, and delivery expected by November 18, 2024. Interested parties must submit their quotes via email to Maria A. Sproul by September 20, 2024, at 4:00 PM Eastern Time, and must be registered in the System for Award Management (SAM) database prior to submission.
    Zuken DS.E3 License Data and Configuration Management; POP: 10/1/24 - 9/30/25
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of Zuken DS.E3 License Data and Configuration Management tools, aimed at supporting space flight harness design and fabrication at the NASA Langley Research Center in Hampton, VA. This procurement includes the acquisition of various floating licenses, specifically five licenses each for the Framework Engine and Component Master, along with one Engineering Services Package, to enhance NASA's capabilities in aerospace technology. The performance period for this contract is set from October 1, 2024, to September 30, 2025, with proposals due by September 17, 2024. Interested vendors must provide a Unique Entity Identifier (UEI) and adhere to federal procurement regulations, with inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    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.
    Honey Comb Panels
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide honeycomb panels as part of a procurement initiative aimed at constructing a test cell at the Langley Research Center in Hampton, Virginia. The required panels must feature magnetic skins, a honeycomb core of specified thickness, and sealed outer edges, with delivery expected within 5 to 7 weeks from the order placement. This procurement is critical for NASA's research and testing efforts, ensuring compliance with established technical standards. Interested bidders must submit their quotes by September 18, 2024, and can contact Cara Craft at cara.s.craft@nasa.gov for further information.
    FE110xx External TX-Frontend and Bypass Filter
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the FE110xx External TX-Frontend and Bypass Filter, with the intention of acquiring this specialized equipment exclusively from Rhode & Schwarz as the sole source provider. This procurement is crucial for the NASA/Glenn Research Center, as it involves advanced instrumentation necessary for measuring and testing electrical signals, adhering to specific technical specifications that include a frequency range of 70 to 110 GHz and a signal modulation bandwidth of 2 GHz. Interested organizations must submit their qualifications in writing by 4:00 p.m. Central Standard Time on September 16, 2024, and include the ID 80NSSC883330Q in the subject line to ensure visibility; oral communications regarding this notice are not permitted. For further inquiries, interested parties can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    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.
    Pressure Transducers
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure pressure transducers through a sole source contract with Kulite Semiconductor Products Inc. This procurement is essential for the operations at NASA's Armstrong Flight Research Center, where these specialized components will be utilized. The government intends to acquire these commercial items under the provisions of FAR Part 12 and FAR Part 13, with a deadline for interested organizations to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on September 16, 2024. For further inquiries, interested parties can contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
    Eddyfi Ectane 3 with 64-channel ECA and SmartMUX
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure an Eddyfi Ectane 3 with a 64-channel Eddy Current Array (ECA) and SmartMUX system, which is crucial for inspecting critical welds in space launch systems. The procurement aims to achieve a 90% probability of detection (POD) with 95% confidence for cyclically grown fatigue cracks, utilizing advanced features such as compatibility with a 64-element probe arrangement and customization via Magnifi software. This specialized inspection system is vital for ensuring the safety and reliability of components used in space exploration, with delivery expected within five weeks of order placement at NASA Langley Research Center. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on September 16, 2024, to be considered for this sole source contract.
    Satellite Repair Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of satellite repair parts, particularly the Hawkeye III Lite, X-Band System 40W. This opportunity is part of a total small business set-aside initiative and aims to ensure the availability of critical components necessary for satellite operations. Proposals must be submitted by September 18, 2024, and should include pricing for the specified item, with the contract awarded to the lowest-priced, technically acceptable offer. Interested vendors can contact Aisha B Nance at aisha.nance@us.af.mil or SrA Tyler Sapiens at tyler.sapiens@us.af.mil for further information.