Live Wall Media Video Processor 40i
ID: 80NSSC24877308QType: Special Notice
Overview

Buyer

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

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

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

    NASA Shared Services Center has issued a special notice regarding its requirement for a Live Wall Media Video Processor 40i. The procurement center will be NASA/NSSC, with performance taking place at NASA's Langley Research Center.

    This acquisition falls under the FAR Part 12 and FAR Part 13 guidelines for commercial items and services. Interested parties should submit their capabilities and qualifications to the relevant contact at NASA by 1:00 p.m. on July 31, 2024, in order to potentially compete for the contract.

    The NASA Clause 1852.215-84, Ombudsman, is applicable to this opportunity. The associated ombudsman contact information can be found on the NASA website.

    The primary point of contact for this opportunity is Monica D Wilson, Procurement Assistant, whose email address is monica.d.wilson@nasa.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Ruggedized Mission Console
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking small businesses to provide a Ruggedized Mission Console/Display, as outlined in their Request for Quotation (RFQ) 80NSSC24881479Q. The procurement requires compliance with military standards, specifically MIL-STD-810G and MIL-STD-461F, and mandates a minimum display size of 17 inches with VGA and DVI inputs. This equipment is crucial for NASA's operations in demanding environments, ensuring reliability and performance during missions. Interested vendors must submit their quotes by September 11, 2024, and can direct inquiries to Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    Extended Short-Wave Infrared (SWIR) Camera and Lens
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure an Extended Short-Wave Infrared (SWIR) Camera and Lens, specifically the Allied Vision Goldeye G-008 XSWIR camera system, from Axiom Optics, Inc. This procurement is essential for NASA's ongoing research initiatives that require advanced imaging technology capable of operating at wavelengths up to 2200nm, which is critical for specific optical diagnostic applications. The total estimated cost for this sole-source contract is competitive, with a delivery timeline of four weeks after receipt of the order, ensuring that NASA maintains operational consistency and performance in its imaging capabilities. Interested organizations must submit their qualifications in writing to the primary contact, Monica Wilson, at monica.d.wilson@nasa.gov, by 9:00 a.m. Central Standard Time on September 12, 2024, to be considered for this opportunity.
    TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a simplified hi-res flow visualization assembly. This assembly, developed by researchers at NASA's Langley Research Center, is a compact and easy-to-use optical system that enables focusing schlieren imaging. It reduces complexity and alignment time compared to conventional systems, and is self-aligned, compact, and cost-effective. The assembly can be attached to a commercial-off-the-shelf camera and is capable of fields-of-view of 10 and 300 millimeters. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    Repair of 29 MSCD-606D 6-Ch. Sig conditioning Modules
    Active
    National Aeronautics And Space Administration
    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.
    IMAGINiT Technologies Consulting Services
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) seeks authorized resellers for brand name IMAGINiT Technologies Consulting Services, a sole-source contract for specialized consulting expertise related to functional requirements definition, solution architecture, and drawing conversion. This procurement is focused on NASA-specific needs, emphasizing security and documentation. With a concise period of performance, vendors are invited to submit detailed proposals by August 13, 2024, for a potential contract award managed by the NASA Shared Services Center. IMAGINiT Technologies Consulting Services are crucial to NASA's Facilities Office, offering an extensive intellectual property database that enables floor space management, CAD drawing creation, and emergency preparedness. The software's specialized nature and NASA's extensive historical data make competition impractical. As a result, NASA aims to negotiate with the brand name vendor to ensure operational continuity. Interested parties should contact Tessa Martinez at tessa.m.martinez@nasa.gov for further information on this opportunity, which has a projected value of up to $500,000.
    Concurrent Real-Time Inc. iHawk computer maintenance agreement renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking to renew the maintenance agreement for Concurrent Real-Time Inc. iHawk computers. This agreement is essential for the operation and upkeep of the iHawk computer systems. NASA/NSSC intends to issue a sole source contract to Concurrent Real-Time Inc., the sole provider of this service. The performance location will be at NASA/Ames Research Center (ARC) in the USA. Interested organizations must submit their capabilities and qualifications by 12/24/2022. This procurement falls under the Total Small Business Set-Aside (FAR 19.5) category.
    SuperLogics 4U Rack Mount Server
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure a SuperLogics 4U Rack Mount Server, which is critical for operations at the Langley Aerothermodynamics Laboratory. The server must include advanced specifications such as an Intel W790 processor, up to 2048GB of RAM, multiple LAN and USB ports, and robust storage options, including SSDs of 1TB and 7.68TB, along with a powerful NVIDIA Quadro RTX A4000 GPU. This procurement is essential to ensure compatibility with existing systems and to support NASA's research initiatives, with a performance timeline of four weeks post-award. Interested small businesses should contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Rohde & Schwarz MXO5 Oscilloscope
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure a Rohde & Schwarz MXO5 Oscilloscope, specifically the MXO54 model, to enhance the research capabilities at the NASA Langley Research Center (LaRC) in Hampton, Virginia. This procurement is a brand name requirement due to the oscilloscope's unique compatibility with existing systems and its critical functionality for monitoring voltage and current during testing, which is essential for ensuring the safety of space flight hardware. The selected oscilloscope will support advanced research activities and is expected to be delivered within four weeks of order confirmation, including additional items such as software licenses and warranty extensions. Interested vendors must submit their quotes by September 11, 2024, referencing tracking number 80NSSC24882805Q in their correspondence, and can contact Shanna Patterson at shanna.l.patterson@nasa.gov for further information.
    MEMKOR for MEMKOR GUNMETAL Series 3U VPX MK3X SSD Storage Modules
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure MEMKOR GUNMETAL Series 3U VPX MK3X SSD Storage Modules as part of an upgrade to its Data Acquisition and Command System (DACS) for Heliophysics sounding rocket missions. This procurement is specifically set aside for small businesses and requires vendors to be authorized resellers of the MEMKOR brand, ensuring that the selected components meet stringent technical specifications and can withstand the unique environmental conditions of space missions. The anticipated delivery period for the SSD modules is between 18 to 20 weeks from the date of award, with bids due by September 12, 2024. Interested vendors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details and must register on the System for Award Management (SAM) to participate in the bidding process.
    Schneider Electric M580 PLC equipment
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure Schneider Electric M580 PLC equipment to replace outdated Quantum Model PLCs at the Glenn Research Center. This procurement aims to enhance operational efficiency through the acquisition of advanced PLCs, which feature smaller form factors, improved customer support, and compatibility with existing systems. The contract will be awarded to Crescent Electric Supply Co., the sole provider of this equipment, with installation services provided by Electronic Techs as facility schedules allow. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on September 9, 2024, to be considered for this procurement.