Speedgoat IO Modules
ID: 80NSSC25898791QType: Special Notice
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

IT AND TELECOM - MOBILE DEVICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7E21)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 7:30 PM UTC
Description

NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Speedgoat IO Modules through a sole source contract with Speedgoat, Inc., the sole provider of these modules. The procurement aims to fulfill specific requirements at the NASA Langley Research Center (LARC), where these modules will be utilized for various research and development activities. Interested organizations are invited to submit their capabilities and qualifications in writing by 2:30 p.m. Central Standard Time on April 7, 2025, to determine if the procurement will be conducted on a competitive basis. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Shari Trigg at shari.trigg@nasa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 8:10 PM UTC
Lifecycle
Title
Type
Speedgoat IO Modules
Currently viewing
Special Notice
Similar Opportunities
Saratech Maintenance Renewal FY25
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
Allen-Bradley Hardware
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of Allen-Bradley hardware, specifically for a Controls System Upgrade of the 8’ High Temperature Tunnel at the NASA Langley Research Center in Hampton, Virginia. This procurement is designated as a Brand Name requirement and is set aside for small businesses, emphasizing the need for specific ControlLogix components to enhance existing control systems and ensure operational efficiency. The estimated delivery lead time for the required hardware is between 1 to 4 months, and interested vendors must submit their quotes by April 14, 2025, referencing tracking number 80NSSC25898560Q in their email submissions. For further inquiries, vendors can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
VA One Software Maintenance & Support/Lease.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to renew its software maintenance and support lease for the VA-One software package, which is critical for various flight projects at the Goddard Space Flight Center (GSFC). The procurement involves a sole source contract with ESI North America Inc., the only vendor capable of providing the necessary licensing, technical enhancements, and support for the VA-One acoustic analysis software. Timely renewal of the software licenses is essential to prevent potential delays in project timelines and ensure uninterrupted operations within the agency. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 12:00 p.m. Eastern Standard Time on April 14, 2025, to be considered for this procurement.
FY25 KSC Pointwise Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the acquisition of Pointwise Fidelity software from Cadence Design Systems, Inc., as part of the FY25 KSC Pointwise Renewal project. This procurement involves acquiring two units of the software, which is essential for NASA's operations at the Kennedy Space Center in Florida, with a contract performance period from July 1, 2025, to June 30, 2026. The RFQ emphasizes the importance of open competition and compliance with federal regulations, ensuring that all offerors are registered in the System for Award Management (SAM) and adhere to various legal provisions. Interested parties must submit their quotations by April 14, 2025, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
100ohm diff 26AWG wire; qty 2,500
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure 2,500 units of 100-ohm differential 26 AWG wire, which is essential for communication applications within its operations. This procurement is a sole source requirement, with WIREMASTERS, INC. identified as the exclusive supplier, ensuring compliance with specific technical standards such as a signal transmission speed of at least 1GHz and a capacitance of less than 15 pF per foot. Interested parties must submit their qualifications by 8:00 a.m. CST on April 14, 2025, to determine if the procurement will be competitive, with Tessa Martinez serving as the primary contact for inquiries.
Haas Desktop CNC Mill and Control System
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.
Extended warranty for ATOS and TRITOP hardware
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure an extended warranty for its ATOS and TRITOP hardware, with a sole-source contract anticipated to be awarded to Carl Zeiss Industrial Quality Solutions LLC, the exclusive provider for this service. The warranty will cover comprehensive hardware support, including OEM part replacements, technical support, and software updates, ensuring operational efficiency for the equipment at the Marshall Space Flight Center in Huntsville, Alabama, from May 2025 to April 2026. This procurement is critical for maintaining essential technologies that support NASA's space research and exploration efforts, and interested parties are invited to submit their qualifications in writing by 7 a.m. Central Time on April 14, 2025, to the primary contact, Shanna Patterson, at shanna.l.patterson@nasa.gov.
Thinklogical Transmitters and Receivers
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure Thinklogical Transmitters and Receivers for the Glenn Research Center (GRC) located in Cleveland, Ohio. This procurement involves acquiring 16 units each of the VEL-W0IM24-LCTX and VEL-W0IM24-LCRX models, which are essential for dual DVI display use and are designed to enhance the laboratory testing infrastructure at NASA. The requirement is set aside exclusively for small businesses and is limited to authorized resellers of the specified brand due to compatibility and operational efficiency concerns with existing equipment. Quotes are due by April 14, 2025, and interested parties should contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov for further details.
The frequency synthesizer with operation frequency of 2200 to 2300MHz, was originally designed for the LCT2 transceiver by EM Research. 6 RF synthesizers to be procured
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure six frequency synthesizers with an operational frequency range of 2200 to 2300 MHz, originally designed for the Low Cost TDRSS Transceiver (LCT2) by EM Research. The procurement includes six units of the EM Research model HLX-2190-01 and six units of the LT-2300-03, both of which are programmable frequency synthesizers, aimed at enhancing telemetry capabilities within NASA's space program. The contract is set to be awarded as a sole source to EM Research, Inc., with performance obligations to be fulfilled at the Wallops Flight Facility (WFF) by June 30, 2025. Interested organizations must submit their capabilities and qualifications to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on April 14, 2025, to be considered for this opportunity.
Simulation and Advanced Software Services II (SASS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.