EPSON PROJECTOR
ID: 80NSSC26920740QType: 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 - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure four Epson EB-PU1007W Business Projectors, along with Chief Universal Mounts and integration services, for the Apollo A and B conference rooms at the Johnson Space Center in Houston, TX. This procurement is critical for replacing outdated projectors that are causing operational disruptions and is essential for maintaining a state-of-the-art facility for astronaut health and performance research. The contract is set aside for small businesses, with quotes due by December 22, 2025, at 12:00 p.m. CT, and interested parties must register with SAM.gov and submit their proposals including their CAGE Code/UEI. For further inquiries, contact Cody Guidry at cody.d.guidry@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Aeronautics and Space Administration (NASA) Shared Services Center recommends a brand-name justification to solicit only Epson America, Inc. for EB-PU1007W Business Projectors. This sole-source recommendation is for replacing projectors in the Apollo A and B conference rooms at the Human Health & Performance Laboratory (B21) at Johnson Space Center. The current projectors are at the end of their service life, causing operational disruptions and complaints. The Epson EB-PU1007W is deemed the only compatible and cost-effective solution due to the unique configuration of the conference rooms and the incompatibility of other brands with existing systems. This acquisition is critical for maintaining a state-of-the-art facility essential for astronaut health and performance research, and for hosting high-profile meetings and training sessions.
    The NASA Shared Services Center issued Request for Quotation (RFQ) 80NSSC26920740Q for EPSON Projectors. This solicitation is a Brand Name requirement, set aside for small businesses, with quotes due by December 22, 2025, at 12:00 p.m. CT. Technical and contractual questions must be submitted in writing by December 19, 2025, 12:00 p.m. CT. The NAICS Code for this procurement is 541519. Offerors must be registered with SAM.gov and include their CAGE Code/UEI in their proposal. Key provisions include certifications regarding telecommunications equipment, various FAR and NFS clauses incorporated by reference, and full-text clauses on representations, certifications, export licenses, and the ombudsman program. The shipping terms are FOB Destination, Houston, TX 77058.
    The Johnson Space Center (JSC) requires the purchase of specific equipment, including four Epson EB-PU1007W Business Projectors and four Chief Universal Mounts, along with integration services and shipping and handling. The place of performance is JSC Building 15, Room 220B, Houston, TX. The period of performance is 30 days ARO. The contract explicitly incorporates two key AI-related requirements from September 2025: the disclosure of AI technology use during contract performance and additional contractor requirements for acquiring covered AI systems or services, as defined by OMB memo M-25-22.
    Lifecycle
    Title
    Type
    EPSON PROJECTOR
    Currently viewing
    Solicitation
    Similar Opportunities
    UPS Battery, UP, N1C.L48100EBM3U and N1C LR-Series 2000VA/1800W UPS, N1C.LR2000.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of two N1 Critical Technologies UPS Battery Modules (PN N1C.L48100EBM3U) and one N1C LR-Series 2000VA/1800W UPS Module (PN N1C.LR2000) for the Global Hawk project at the NASA Armstrong Flight Research Center in Edwards, CA. This procurement is set aside for small businesses and requires compliance with ISO 9001 and NASA Quality Document Q1-C, emphasizing the importance of quality assurance in the supply of critical aircraft parts. Quotes must be submitted by December 19, 2025, by 3:00 p.m. CT to laura.a.quave@nasa.gov, and should include the Cage Code, UEI number, anticipated delivery time, and any applicable shipping costs. Interested parties are encouraged to review the solicitation details and ensure registration at www.sam.gov to participate in this opportunity.
    Justication for Other Than Full and Open Competition (JOFOC) for Unit Price Agreement Tracking System (UPATS) Blanket Purchase Agreement (BPA)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to justify the use of Other Than Full and Open Competition (JOFOC) for the Unit Price Agreement Tracking System (UPATS) Blanket Purchase Agreement (BPA). This action aims to provide a formal justification for the procurement process, which is crucial for maintaining efficient operations within NASA's facilities. The services involved pertain to the maintenance of office buildings, highlighting the importance of ensuring a well-functioning work environment for NASA personnel. For further details, interested parties can contact Russellyn Hart at Russellyn.hart-1@nasa.gov, and additional information about NASA can be found at their official website, https://www.nasa.gov.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    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.
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    JOFOC For the Enterprise Applications Service Technologies EAST2 Contract, NNX16MB01C
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for the Enterprise Applications Service Technologies (EAST2) Contract, identified by the contract number NNX16MB01C. This procurement focuses on IT and telecom business application development support services, which are critical for enhancing NASA's operational efficiency and service delivery. The contract will involve labor services that support the development and maintenance of enterprise applications, underscoring the importance of robust IT solutions in NASA's mission. Interested vendors can reach out to Christy Moody at christy.r.moody@nasa.gov for further details regarding this opportunity.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    Schneider Electric PowerLogic Meters & Services
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of Schneider Electric PowerLogic Meters and associated services for the Ames Research Center (ARC). The project involves the purchase and installation of six PM8000 Advanced Power Meters, eighteen 600A current transformers (CTs), installation kits, and mounting plate adapters for Building M10, along with on-site installation, configuration, and removal of old hardware. This procurement is critical for maintaining a standardized power-monitoring infrastructure, ensuring compatibility and data integrity across multiple ARC facilities, and is set aside for small businesses. Quotes are due by December 23, 2025, at 4:00 p.m. CT, and interested vendors should contact Tracy Bremer at tracy.g.bremer@nasa.gov for further details.
    Chamber Services for decompression sickness testing of exercise countermeasures.
    National Aeronautics And Space Administration
    NASA's 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-1. The procurement involves 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 extravehicular activities (EVAs). Facilities must demonstrate proven capabilities in conducting pilot chamber tests, subject recruitment, and data collection, while adhering to strict medical monitoring and safety protocols. Interested vendors should contact Shanna Patterson at shanna.l.patterson@nasa.gov and reference the tracking number in their submissions, as the procurement is firm fixed price and does not allow payment by credit card.
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking qualified vendors to provide chamber services for decompression sickness testing related to CO2 countermeasures, under the Request for Quotation (RFQ) number 80NSSC26920246Q-1. The objective of this procurement is to conduct hypobaric chamber testing to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which includes investigating various prebreathe strategies. This testing is crucial for ensuring the safety and effectiveness of aerospace operations involving hypobaric conditions. Interested vendors must submit their quotes referencing the tracking number in the subject line of their emails and can reach out to Shanna Patterson at shanna.l.patterson@nasa.gov for further inquiries.
    LaRC Abaqus Software Renewal
    National Aeronautics And Space Administration
    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.