Concurrent Real-Time Inc. iHawk computer maintenance agreement renewal
ID: 80NSSC23824524QType: Special Notice
Overview

Buyer

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

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Technology Development Directorate (TDD) wants to extend the annual license maintenance for their four Concurrent iHawk computers used in helicopter research and simulation laboratories through December 2023. The maintenance support will cover both hardware and software and will be conducted at the U.S. Army Technology Development Directorate Vehicle Management and Control Branch.
    Lifecycle
    Similar Opportunities
    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.
    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.
    FY24 Renewal of CDP Hardware/Software Maintenance Support
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking FY24 Renewal of CDP Hardware/Software Maintenance Support. This service is typically used for the maintenance and support of hardware and software related to the CDP (Continuous Diagnostics and Mitigation) system. The place of performance is Houston, TX (zip code: 77058), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    FY24 Larc Tecplot 360 Commercial Site License renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking a renewal for the FY24 Larc Tecplot 360 Commercial Site License. This license is typically used for IT and Telecom - Business Application/Application Development Software as a Service. The service will be performed in Hampton, VA (zip code: 23681), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    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.
    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.
    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.
    Sources Sought Notice 2024
    Active
    National Aeronautics And Space Administration
    Sources Sought Notice 2024 NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) AMES RESEARCH CENTER is seeking partners interested in developing competitive proposals for NASA Announcements of Opportunity (AOs), Broad Agency Announcements (BAAs), Missions of Opportunities (MoOs), and proposal calls from other government agencies. The center is specifically interested in identifying potential partners that can perform science investigations, conduct research activities, and develop and demonstrate new technologies aligned with NASA's goals. They are also seeking partners that can provide flight hardware necessary for implementing proposed science investigations, research activities, or technology demonstration missions. NASA often selects scientific investigations and technology development missions through solicitations or announcements posted on NSPIRES. ARC has a history of responding to various NASA AOs, including planetary exploration AOs, and anticipates responding to current and future AOs in these and other areas. They are interested in partnering with organizations that have expertise in spacecraft systems, payload instrumentation, payload delivery capability to planetary surfaces, scientific concepts, technology demonstration concepts, mission architecture, and integration with launch services. Interested parties should submit a brief response with relevant information.
    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.
    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.