Repair of 29 MSCD-606D 6-Ch. Sig conditioning Modules
ID: 80NSSC24878397QType: Special Notice
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking to procure repair services for 29 MSCD-606D 6-Ch. Sig conditioning Modules through a sole source contract with Teletronics Technology Corporation. This procurement is critical as these modules are essential components used in various aerospace applications, and Teletronics has been identified as the sole provider capable of performing the required repairs. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on September 9, 2024, to Tracy Bremer at tracy.g.bremer@nasa.gov. The procurement will be conducted under FAR Part 12 and FAR Part 13, with the performance taking place at NASA's Armstrong Flight Research Center in Edwards, California.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    The NASA Search & Rescue Office requires the integration of Commercial Off-The Shelf (COTS) Mission Control Center (MCC) with the existing GSFC Medium Earth Orbit Search
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to integrate a Commercial Off-The-Shelf (COTS) Mission Control Center (MCC) with its existing Medium Earth Orbit Search and Rescue Local User Terminal (MEOLUT) at the Goddard Space Flight Center (GSFC). This sole source requirement specifically identifies Techno-Sciences Incorporated (TSI) as the exclusive provider for this integration, which is critical for processing emergency distress signals and maintaining operational efficiency within NASA's search and rescue operations. The project entails the delivery, installation, and integration of the MCC, ensuring compliance with Cospas-Sarsat standards and effective data sharing with NASA's network. Interested organizations must submit their qualifications in writing by September 18, 2024, at 9 a.m. CST, with inquiries directed to Procurement Specialist Shanna Patterson at shanna.l.patterson@nasa.gov.
    Remedi Device Portable X-Ray Unit REMEX-KA6
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Remedi Device Portable X-Ray Unit, model REMEX-KA6, through a sole source contract with REMEDI INC., the exclusive supplier of this equipment. The procurement aims to acquire commercial items under FAR Part 12 and 13 procedures, with the performance location designated as NASA’s Glenn Research Center. This portable X-ray unit is crucial for various medical and surgical applications, enhancing operational capabilities within NASA's research and development initiatives. Interested parties are invited to submit their capabilities and qualifications in writing by 4 p.m. Central Standard Time on September 16, 2024, with all inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    Notice of Intent to Sole Source to TEVET, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole source contract to TEVET, LLC for the delivery, installation, and commissioning of two Keysight Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This firm-fixed-price contract, compliant with Federal Acquisition Regulation (FAR) 19.1306, includes additional items such as Scienlab Battery Test Systems and Measurement and Control Modules, which are critical for NASA's electrical testing and measurement needs. Interested parties may submit statements of capabilities by September 19, 2024, to demonstrate their ability to meet the requirements, although this notice does not solicit competitive quotes. For further inquiries, interested vendors can contact Seliste Acres at seliste.c.acres@nasa.gov.
    NASA LaRC TE Connectivity Optimus System
    Active
    National Aeronautics And Space Administration
    NASA's Langley Research Center (LaRC) is seeking to procure additional TE Connectivity Optimus hardware necessary for the Electronically Scanned Pressure System Replacement in its 14-by-22-Foot Subsonic Tunnel. This procurement is critical for enhancing pressure measurement systems that support aerodynamic testing, ensuring compatibility with existing systems due to prior investments in TE Connectivity products. Quotes for this opportunity are due by 5:00 PM ET on September 17, 2024, with delivery expected within 60 weeks of order receipt. Interested vendors must be registered in the System for Award Management (SAM) and can contact Kavina Patel or Michelle Downs for further information.
    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.
    Notice of Intent to Sole Source to Keysight Technologies, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole-source contract to Keysight Technologies, LLC for the delivery, installation, and commissioning of two Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This procurement is justified under FAR 6.302-1, indicating that only one responsible source is available to meet NASA's specific technical requirements. The contract will encompass not only the power supplies but also various related systems, including a Data Acquisition System and Scienlab Measurement and Control Modules, highlighting the critical role these components play in NASA's operations. Interested parties may submit a statement of capabilities by September 20, 2024, to the primary contact, Seliste Acres, at seliste.c.acres@nasa.gov, although this announcement is not a solicitation for competitive quotes.
    MIT SUBSCRIPTION RENEWAL
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its subscription with the Massachusetts Institute of Technology (MIT) through a sole source contract. This procurement is aimed at acquiring essential commercial items and services that support NASA's innovation strategies, particularly in facilitating knowledge exchange and collaboration among experts in innovation processes across various sectors. The contract will be executed at NASA's Johnson Space Center, with a deadline for interested organizations to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on September 18, 2024. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Will Garrett at will.c.garrett@nasa.gov.
    NASA GRC TE Connectivity Optimus System
    Active
    National Aeronautics And Space Administration
    NASA's Glenn Research Center (GRC) is seeking to procure a Measurement Specialties TE Connectivity Optimus System, which is essential for pressure measurement in the 10x10 Supersonic Wind Tunnel (SWT). This procurement aims to replace the obsolete 8400 system with a compatible and standardized solution that aligns with NASA's existing data management systems, ensuring accurate and efficient data acquisition for aeronautical research. The contract will be awarded based on a firm-fixed price structure, with quotes due by 5:00 PM Eastern Daylight Time on September 16, 2024, and interested vendors must comply with federal acquisition regulations. For further inquiries, potential bidders can contact Kavina Patel at kavina.patel@nasa.gov or Michelle Downs at michelle.m.downs@nasa.gov.