This Statement of Work outlines the requirements for purchasing specific IT hardware and services, including a NAS (Network Attached Storage) system, expansion units, hard disk drives, solid-state drives, network adapters, and RAM modules. It also includes a five-year Synology Premium Support Service and a cable management arm. The place of performance is Bldg 33 Rm B221 8800 Greenbelt Rd, Greenbelt, MD 20770, with a period of performance of 30 days ARO. Additionally, the document mandates the inclusion of AI verbiage in all contracts, requiring contractors to disclose the use of AI technologies and adhere to specific requirements for acquiring covered AI systems or services as defined by OMB memo M-25-22.
The NASA Shared Services Center recommends a brand name justification to procure data storage from Synology, Inc. for Storage for HLS, with an estimated lead time of 30 days ARO. This recommendation is based on the selected storage unit meeting current capacity requirements and the team's existing training on its installation, configuration, support, and operation. Transitioning to alternative products could lead to challenges in usability, support, configuration, installation, and compatibility with other systems. Using an alternative product would also require additional testing, training, and preparations, with no guarantee of intended function, potentially increasing overall costs due to costly workarounds or additional equipment, software, and training.
The National Aeronautics and Space Administration (NASA) Shared Services Center has issued Request for Quotation (RFQ) 80NSSC26922305Q for Synology Storage for HLS, a brand-name requirement. Quotes are due by December 29, 2025, at 8 a.m. CT to Stephanie Graham (Stephanie.n.Graham@nasa.gov) and must reference the tracking number. This procurement is set aside for small businesses, with NAICS Code 541519. Offerors must be registered on SAM.gov and complete specific provisions regarding telecommunications equipment. The RFQ includes sections on the Statement of Work, Instructions to Offerors, Solicitation Provisions/Representations and Certifications, Clauses/Terms and Conditions, and Quote Evaluation Criteria. Key requirements for bids include CAGE/UEI Code, FOB Destination, lead time for delivery, and a point of contact. The document details various FAR and NFS clauses, including those related to Buy American, Trade Agreements, prohibited business practices, and whistleblower rights. An ombudsman is available for concerns that cannot be resolved by the contracting officer.