Procuring GR740 development units for software testing
ID: 80NSSC25897813QType: Special Notice
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

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

    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure GR740 development units and associated software for software testing, specifically for the Mars Ascent Vehicle (MAV) Flight Software. The procurement involves acquiring two GR740 development units and three GRMON4 software components from Frontgrade Gaisler, which are critical for ensuring compatibility with the MAV's current software integration testing. This sole source procurement is essential to maintain coherence in the MAV team's ongoing development processes, with an anticipated delivery period of 18-20 weeks following the issuance of a purchase order. Interested vendors may submit their capabilities and qualifications by 7 a.m. CST on March 11, 2025, for evaluation, and inquiries can be directed to Shanna Patterson at shanna.l.patterson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines the procurement of specific Commercial Off-The-Shelf (COTS) products for NASA's Marshall Space Flight Center (MSFC). The primary objective is to acquire two GR740 development units and three GRMON4 software components from Frontgrade Gaisler. The contractor is responsible for delivering a GR740-Mini Evaluation Board and a GR-CPCI-GR740 Development Board to NASA MSFC, along with a perpetual GRMON4 Professional License. Additionally, the contractor will upgrade two existing GRMON2 USB licenses to GRMON4 through remote distribution. All deliveries are to be made to NASA MSFC, and the shipment will commence upon the issuance of a purchase order. This document highlights a straightforward procurement process for specific technical components critical for NASA’s projects, with no specified period of performance due to the commercial nature of the items. The clarity of objectives and deliverables reflects the structured approach typical of government RFPs, ensuring compliance and facilitating efficient acquisition for essential technical requirements.
    The NASA Shared Services Center is recommending a sole source procurement from Frontgrade Gaisler AB for specific GR740 hardware and GRMON software critical for the Mars Ascent Vehicle (MAV) Flight Software testing. The unique characteristics of the requested items are their compatibility with the GR740 processor, designed solely by Frontgrade Gaisler AB, which is integral to the MAV's current software integration testing. Utilizing hardware or software from another vendor could disrupt the existing MAV design, leading to potential incompatibilities that may hinder testing and risk management efforts. The estimated cost and lead times for delivery are highlighted, noting an anticipated delivery period of 18-20 weeks. The document emphasizes the necessity of this singular vendor to ensure coherence in the MAV team's ongoing development processes and underscores the impracticality of seeking alternate sources.
    NASA's NSSC is seeking to procure GR740 development units for software testing through a sole source contract with FRONTGRADE GAISLER AB, identified as the exclusive supplier. This procurement falls under FAR 13.106-1(b)(1)(i), with all performance activities taking place at NASA's Marshall Space Flight Center. The government plans to utilize commercial item acquisition procedures outlined in FAR Part 12 and FAR Part 13, and the NAICS Code for this procurement is 513210. Organizations interested in competing may submit their capabilities and qualifications by 7 a.m. CST on March 11, 2025, for evaluation to determine the feasibility of competitive procurement. The decision to not proceed with a competitive process is at the government's discretion. Communication responses must be in writing, and oral submissions are not accepted. For inquiries, Shanna Patterson is the primary contact and can be reached via email.
    Lifecycle
    Title
    Type
    Similar Opportunities
    (4) Dawn VME RME-5553 cPCI Chassis
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide four units of the Dawn VME RME-5553 cPCI Chassis, which are essential for hosting an avionics emulator for the Gateway Power and Propulsion Element. The procurement requires that each chassis meet specific technical specifications, including a 19” rack mount, 4U height, and various components such as a high-powered fan assembly and health monitoring system, with delivery expected within 8 to 10 weeks after receipt of order. This acquisition is critical to NASA's ongoing technological advancements in space exploration, emphasizing the need for specialized equipment. Interested offerors must submit their quotations by March 11, 2025, and can contact Cara Craft at cara.s.craft@nasa.gov for further information.
    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.
    MXR-100HP20 X-Ray System Purchase
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the purchase of a brand-name MXR-100HP20 X-Ray System from Gulmay Incorporated, specifically designated for use at NASA's Kennedy Space Center. This procurement is restricted to authorized resellers and is set aside for small businesses, emphasizing the importance of compliance with federal regulations and the need for specific high-voltage laboratory equipment essential for ongoing scientific applications. The delivery lead-time is estimated at 6-8 weeks after receipt of order, and interested offerors must submit their quotes by March 10, 2025. For further inquiries, potential bidders can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    Zeiss SEM Workstation with SmartSEM
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide a Zeiss Scanning Electron Microscope (SEM) Workstation equipped with SmartSEM software, essential for enhancing its analytical capabilities at the Kennedy Space Center. The procurement includes a preloaded workstation upgrade kit, a perpetual SmartSEM software license, a SmartSEM Touch software upgrade license, and installation services, all to be completed within 30 days after receipt of order. This acquisition is critical for maintaining operational efficiency and compatibility with existing SEM equipment, as the current system can only interface with Zeiss software, making competition impractical. Interested vendors must submit their quotations by March 11, 2025, and are required to register on SAM.gov to be eligible for this small business set-aside opportunity. For further inquiries, contact Tessa Martinez at tessa.m.martinez@nasa.gov.
    new replacement signal generator from manufacturer, Keysight Technologies.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for a new replacement signal generator from Keysight Technologies, as part of a procurement request (RFQ 80NSSC25896419Q). This solicitation aims to fulfill specific requirements outlined in the Statement of Work, ensuring compliance with federal contracting standards while promoting transparency and fairness in the procurement process. The signal generator is crucial for various laboratory applications, contributing to NASA's mission of advancing aeronautics and space exploration. Quotes are due by March 13, 2025, and must be submitted to the designated contracting officer, Sara Jusino-Terry, with all inquiries directed to her by March 11, 2025. Offerors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Plug25 Mixer Hardware
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Plug25 Mixer Hardware, as outlined in RFQ number 80NSSC25897311Q. This opportunity is specifically set aside for small businesses and includes strict compliance requirements with federal regulations, including adherence to the Buy American Act and various certifications related to environmental and operational policies. The Plug25 Mixer Hardware is essential for NASA's operations, ensuring the availability of high-quality telecommunications equipment. Interested offerors must submit their quotes by March 12, 2025, and ensure their submissions are valid for 30 days; they are also required to register at SAM.gov and comply with specific telecommunications provisions. For further inquiries, interested parties can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
    Goeppert Parabolic Flight Investigation of MoS2 Semiconductor Growth
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to contract with Goeppert LLC for the Goeppert Parabolic Flight Investigation of MoS2 Semiconductor Growth, a project aimed at developing a microgravity-enhanced annealing process for 2-Dimensional Molybdenum Disulfide (MoS2) semiconductor materials. The primary objectives include conducting parabolic flight tests to assess how microgravity influences the annealing process and the resulting material quality, with a focus on metrics such as grain size enhancement and defect density. This initiative is part of NASA's In Space Production Applications portfolio and aligns with the CHIPS for America initiative to bolster U.S. semiconductor manufacturing capabilities. Interested organizations may submit their qualifications by March 11, 2025, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    Purchase of MS-40 GT Dry New Helium Leak Detector
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure an MS-40 GT Dry New Helium Leak Detector, specifically from Vacuum Instruments Corporation, through a total small business set-aside contract. This advanced leak detection equipment is crucial for maintaining operational efficiency in NASA's vacuum facilities, as it standardizes components and reduces costs associated with spare parts and training. Interested vendors must comply with detailed specifications, including sensitivity ranges and communication protocols, and are required to submit their quotations by March 12, 2025. For further inquiries, vendors can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    AuSIM3D Software Service Contract Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew the AuSIM3D Software Service Contract, which is critical for ongoing software updates and support for its server software suite and Matlab tools at the Langley Research Center in Hampton, Virginia. The contract, which will be administered by the NASA Shared Services Center, encompasses a full year of service over a total period of 36 months, providing priority technical support through various channels, including email, phone, and onsite visits. This proprietary software is essential for conducting urban air mobility vehicle noise studies and is uniquely provided by AuSIM, Inc., as no alternative vendors can deliver equivalent services without significant integration challenges. Interested parties must submit their qualifications by March 10, 2025, and inquiries should be directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
    FY25 Invenio
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is soliciting quotes for the FY25 Invenio project, focusing on the procurement of Invenio software licenses, specifically one Production License and one Test/Dev License. This procurement aims to enhance NASA's operational capabilities by integrating the software into their Information Management Platform for Analytics & Aggregation (IMPALA), which is crucial for efficiently indexing and querying medical data for a diverse user base, including epidemiologists and biostatisticians. The selected vendor, Wired Informatics, is recommended due to the unique proprietary features of their software, which are essential for maintaining high-tech standards and operational efficiency in healthcare data processing. Quotes are due by March 6, 2025, and interested parties should contact Cody Guidry at cody.d.guidry@nasa.gov for further information.