Keysight Propsim annual software maintenance
ID: 80NSSC25891711QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

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

    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking qualified small businesses to provide annual software maintenance for the Keysight Propsim channel emulator, which is critical for testing wireless 4G equipment used by the Lunar Surface Propagation team. The maintenance period is set from October 1, 2024, to September 30, 2025, under purchase request PR-22180, ensuring the continued functionality of the Propsim's software necessary for RF signal emulation. This procurement underscores the importance of maintaining essential technological capabilities for communication testing in support of NASA's projects. Interested offerors must submit their quotes by January 22, 2025, and can direct inquiries to Kacey Hickman at kacey.l.hickman@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the annual software maintenance requirements for Keysight Propsim, a channel emulator utilized by the Lunar Surface Propagation (LSP) team for testing wireless 4G equipment. The maintenance period is specified from October 1, 2024, to September 30, 2025, under purchase request PR-22180. This investment ensures the continued functionality of the Propsim's software necessary for RF signal emulation, which is vital for the team's operations. The SOW reflects the government's commitment to maintaining and facilitating essential technological capabilities for communication testing in a specific project context.
    The document is a Request for Quotation (RFQ) issued by NASA's Shared Services Center for the annual software maintenance of Keysight Propsim, designed for small businesses. Key sections include the Statement of Work, instructions to offerors, solicitation provisions, and clauses/terms and conditions. Quotes are due by January 22, 2025, and must include proper representations and certifications, specifically related to telecommunications equipment and services. Offerors must be registered at SAM.gov and confirm that they are not engaged in restricted business operations in Sudan, nor are they inverted domestic corporations. The procurement is structured to promote fair competition and ensure compliance with federal regulations. Overall, the RFQ outlines requirements, submission guidelines, and contractual obligations necessary for participating in this government contracting opportunity.
    The document pertains to a request for information regarding the specific Model and Serial Number of the Keysight Propsim channel emulator. The provided details indicate that the serial number is FI64194721, and the model number is FF880ARF1. This concise exchange suggests a focus on equipment identification, which could be essential for federal requests for proposals (RFPs) or grants involving telecommunications or electronic testing. Such precise specifications are vital for compliance, procurement, and operational planning in government-related projects, underscoring the importance of efficient inventory management and adherence to technical standards in federal operations. The clarity in providing model and serial numbers also reflects best practices in documentation, which is crucial for tracking and ensuring the appropriate use of government resources.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Crown Power Amplifier
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a Crown Power Amplifier, specifically the HyperSpike TCPA model, as part of a procurement set aside for small businesses. This Brand Name requirement is critical for the Paging & Area Warning System (PAWS) at Kennedy Space Center, ensuring continued safety and weather paging capabilities at key locations where existing spares have been depleted. Interested vendors must submit their quotes by November 25, 2025, and address any contractual or technical questions by November 21, 2025, with all correspondence referencing Notice ID 80NSSC26915873Q. For further details, vendors can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    LaRC Abaqus Software Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    AVEVA WonderWare Software Maintenance Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its AVEVA WonderWare Software Maintenance through a sole source contract with INSOURCE SOFTWARE SOLUTIONS, INC. This renewal is crucial for ensuring continued technical support and access to software upgrades for the AVEVA WonderWare Customer FIRST - Standard Level Software Maintenance at the NASA Stennis Space Center in Mississippi. The period of performance for this contract is set from November 21, 2025, to November 20, 2026, with a need-by date of December 30, 2025. Interested organizations may submit their capabilities and qualifications by December 8, 2025, at 12:00 p.m. Central Standard Time, although NASA reserves the right to proceed with a non-competitive award. For further inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    FY26 Wave6 Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    SNA Software LLC. Limited Source Justification
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    Purchase an extrusion system that will be used to develop regolith composites
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of an extrusion system designed for the development of regolith composites. This system must include essential components such as a material hopper, filament cooling path, spool winder, and a hardened screw capable of processing thermoplastic and abrasive regolith materials. The procurement is set aside for small businesses, emphasizing the importance of this technology for NASA's research and development initiatives. Quotes are due by December 9, 2025, at 3:00 p.m. CT, and must be submitted to Laura Quave at laura.a.quave@nasa.gov, with technical questions due by December 5, 2025. Interested vendors must be registered on SAM.gov and adhere to specific provisions outlined in the RFQ and Statement of Work.
    Chamber Services for decompression sickness testing of exercise countermeasures
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to exercise countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920179Q. The procurement aims to support NASA's Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER) project, which investigates the effects of exercise on decompression sickness risk during space missions. This specialized service is critical for ensuring astronaut safety and performance during extravehicular activities (EVA). Quotes are due by December 8, 2025, at 7 a.m. CT, and interested vendors must submit their proposals to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in the email subject. Additionally, vendors must be registered at sam.gov and comply with specific telecommunications provisions to be eligible for award consideration.
    TTTech Switch Lab Space Switches
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotes for Chamber Services to conduct decompression sickness testing of CO2 countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920246Q. The procurement involves providing hypobaric chamber services to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which aims to assess decompression sickness risk during simulated Extravehicular Activities (EVAs). This initiative is critical for ensuring astronaut safety and optimizing prebreathe strategies in space missions. Interested small businesses must submit their quotes by December 8, 2025, at 7 a.m. CT to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in their email subject. Payments will not be made by credit card, and the total firm-fixed price is to be determined.
    Signal Studios License
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for a "Signal Studio for MESG" along with a 12-month "Transportable KeysightCare software support subscription." This procurement is a Total Small Business Set-Aside and aims to acquire specialized software and support services essential for measuring and testing electrical signals. Interested vendors must provide brand name or equivalent items, ensuring compliance with OEM warranty and service requirements, with all submissions due via email to Elizabeth Harley by the specified deadline. For further inquiries, vendors can reach out to Elizabeth Harley at elizabeth.c.harley.civ@us.navy.mil or by phone at 202-923-1249.