Extended warranty for ATOS and TRITOP hardware
ID: 80NSSC25900770QType: Special Notice
Overview

Buyer

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

NAICS

Electronic Computer Manufacturing (334111)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 12:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 10:07 PM UTC
Marshall Space Flight Center is seeking an Extended Warranty (EW) for its ZEISS ATOS and TRITOP equipment, effective from May 2025 to April 2026. The warranty encompasses comprehensive hardware support, including all components such as sensors, accessories, and computers, with OEM part replacements covered along with ground shipping. The EW excludes upgrades for performance enhancement or software compatibility. Software updates, including major releases and bug fixes, are included, along with unlimited technical support via phone and email and 24/7 access to the ZEISS web portal. Any onsite repairs require customer coverage for travel and labor costs, which ZEISS will assess. The warranty aims to ensure continued operational efficiency for the equipment at the Marshall Space Flight Center in Huntsville, AL, underlining the importance of maintaining essential technologies for governmental space research and exploration efforts.
Apr 9, 2025, 10:07 PM UTC
The NASA Shared Services Center recommends negotiating with ZEISS exclusively for an Extended Warranty on ATOS and TRITOP hardware due to the unique proprietary technologies involved. The total estimated cost is unspecified, but the delivery period extends for one year post current warranty expiration on May 1, 2025. The recommendation emphasizes that no other vendor can provide the necessary maintenance and compatibility with existing hardware and software systems. Additionally, using alternate vendors could void existing warranties and maintenance contracts, adversely impacting government operations and incurring unforeseen costs. This document serves to justify the sole source procurement based on proprietary capabilities and compatibility requirements, aligning with government regulations governing RFPs.
Apr 9, 2025, 10:07 PM UTC
NASA/NSSC requires an extended warranty for ATOS and TRITOP hardware and plans to issue a sole-source contract to CARL ZEISS INDUSTRIAL QUALITY SOLUTIONS LLC, which is identified as the exclusive provider for this service. The procurement will adhere to FAR Part 12 and FAR Part 13 guidelines and will be executed at the Marshall Space Flight Center. The NAICS Code for this procurement is 334111. Interested parties are invited to submit their qualifications in writing by 7 a.m. Central Time on April 14, 2025, for potential evaluation towards competitive procurement. However, the decision to pursue competition remains at the government's discretion. All communications must be in writing, and the Center Ombudsman is available for assistance via a provided link. The primary point of contact for this procurement is Shanna Patterson, Procurement Specialist at NASA. This document highlights the government’s protocol for a specialized procurement process in the aerospace sector.
Lifecycle
Title
Type
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.
Fieldview Maintenance Network License
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Fieldview Maintenance Network License, which is essential for the ongoing support and maintenance of the Fieldview software used for data visualization and analysis. The procurement involves the renewal of 14 user licenses for floating license maintenance, allowing support for one user concurrently across multiple processors, with the performance period set from May 1, 2025, to April 30, 2026. This contract will be issued as a sole source to Tecplot Inc., the exclusive provider of this license, and interested organizations must submit their capabilities and qualifications by 12:00 p.m. Central Standard Time on April 23, 2025, to Lindsey McLellan at lindsey.m.mclellan@nasa.gov. The procurement will adhere to FAR regulations, and the government reserves the right to determine the competitive nature of the process.
Replacement X-ray Detector
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a Replacement X-ray Detector for its Bruker M4 Tornado X-ray Fluorescence spectrometer, which is currently non-operational due to the failure of the existing detector. The new solid-state detector must meet specific technical requirements, including a large 60 mm² window, a resolution of less than 145 eV at 275,000 counts per second for manganese K-alpha, and detection limits for elements at the parts per million (ppm) level. This procurement is critical for maintaining operational capabilities in scientific research, particularly for projects related to the NASA Curiosity rover mission on Mars. Interested vendors must submit their capabilities and qualifications to the designated contacts by 11:59 a.m. Eastern Standard Time on April 25, 2025, to be considered for this sole source contract, which will be awarded to Bruker AXS LLC.
Vista Photonics to procure lasers and photodiodes for Primary Constituent Monitor design
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure lasers and photodiodes for the design of a Primary Constituent Monitor (PCM) through a sole source contract with HAMAMATSU CORP, the only provider meeting the necessary specifications. The procurement will include 56 units each of a 2003 nm and a 1393 nm Vertical Cavity Surface Emitting Laser, both equipped with photodiodes, and is scheduled to take place from April 2 to June 30, 2025, at NASA's Johnson Space Center in Houston, Texas. This initiative is crucial for advancing monitoring capabilities in various scientific applications, ensuring adherence to quality standards throughout the procurement process. Interested parties may submit their qualifications in writing to Cara Craft at cara.s.craft@nasa.gov by 1 p.m. Central Standard Time on April 25, 2025, to potentially influence the decision on whether the procurement will proceed competitively or remain sole source.
Probe positioners and accessors
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of probe positioners and accessors through Request for Quotation (RFQ) 80NSSC25900999Q. This procurement is a brand-name requirement and is specifically set aside for small businesses, emphasizing compliance with federal regulations and promoting competitive practices. The goods are essential for various NASA operations, ensuring precise measurements and control in aerospace applications. Interested offerors must submit their quotes by April 23, 2025, at noon Central Time, directed to Sara Jusino-Terry via email, and must be registered with the System for Award Management (SAM).
Cubert Hyperspectral Light Field Camera
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Cubert Hyperspectral Light Field Camera, which is essential for the Autonomous Science and Technology for Responsive Adaptability (ASTRA) project aimed at enhancing AI capabilities for spaceflight-relevant robotic vehicles. The camera must meet specific requirements, including lightweight design (under 500 g), hyperspectral imaging capabilities over a wavelength range of 350 to 1000 nm, a spectral resolution of at least 5 nm, and a field of view greater than 30 degrees. This procurement is critical for advancing AI in space exploration, with testing scheduled to begin in June 2025 and extend through August 2026, and an estimated delivery timeline of 8 to 12 weeks after receipt of order. Interested organizations must submit their capabilities and qualifications to Cody Guidry at cody.d.guidry@nasa.gov by 3:00 p.m. Central Standard Time on April 23, 2025, to be considered for this sole source contract.
FY25 FEACrack & Signal FFS Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its annual maintenance services for the FEACrack and FFS software solutions at the Marshall Space Flight Center. The procurement involves a sole source contract with QUEST INTEGRITY USA, LLC, which is the only provider capable of fulfilling this requirement, ensuring continued support and reliability of these critical software tools for NASA's operations. The period of performance for this renewal is set from May 16, 2025, to May 15, 2026, with interested organizations invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on April 23, 2025, to the primary contact, Cody Guidry, at cody.d.guidry@nasa.gov.
NbTES bolometer installation
Buyer not available
NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking a contractor for the installation of a NbTES bolometer, aimed at upgrading an existing bolometric detector system to enhance its capabilities. The project involves adding a second detector that operates at frequencies up to 10 THz, which is critical for advancing NASA's research and operational capabilities in high-frequency detection. The work will be performed at the vendor's facility, with a warranty period of two years from the date of receipt, and the procurement is set aside for small businesses under FAR 19.5. Interested organizations must submit their qualifications to Dorothy Baskin at dorothy.s.baskin@nasa.gov by 11:59 a.m. Central Standard Time on April 29, 2025, to be considered for this sole source contract.
Skydio X10 Starter Kit
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a Skydio X10 Starter Kit, specifically from Skydio, Inc., as part of a combined synopsis/solicitation. This procurement is set aside for small businesses and aims to acquire advanced technology compatible with both 2.4/5 GHz and 5G/LTE networks, essential for operations at the Kennedy Space Center in Merritt Island, Florida. The selected equipment will enhance NASA's capabilities in its missions, reflecting the agency's commitment to maintaining cutting-edge technology. Quotes are due by April 28, 2025, and interested offerors must direct any questions to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
10x10 SWT PLC Hardware.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of 10x10 SWT PLC Hardware from Schneider Electric, as part of a full and open competition. This procurement specifically requires that all quotes be submitted by Authorized/Certified distributors under the Schneider Electric Alliance Industrial Automation Distributor program, ensuring compliance with NASA's operational standards for facility control systems at the Glenn Research Center in Cleveland, Ohio. The hardware is critical for enhancing automation and control systems, with a detailed Statement of Work outlining the necessary modules and components required for effective operation. Quotes are due by April 24, 2025, and interested vendors should direct inquiries to Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420, referencing Notice ID 80NSSC25896985Q.