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
    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
    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.
    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.
    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
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.
    LaRC Abaqus Software Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    Notice of Sole Source Justification: Velo3D Sapphire Additive Manufacturing System 1-Year Lease
    National Aeronautics And Space Administration
    NASA's Marshall Space Flight Center (MSFC) is seeking to award a sole source contract for a one-year lease of the Velo3D Sapphire Metal Additive Manufacturing (AM) System from Velo3D Inc. This procurement is critical for NASA's evaluation and certification of flight components for the Human Landing System (HLS) and Space Launch System (SLS) vehicles, as hands-on experience with this specific machine is necessary to ensure safety and compliance in manufacturing processes. The Velo3D Sapphire system is uniquely positioned to meet the high-risk evaluation needs identified by the NASA Engineering Safety Center (NESC), which is managing this project. Interested parties can direct inquiries to Yong Castillo at yong.h.castillo@nasa.gov or Sadie Moulton at sadie.m.moulton@nasa.gov for further details.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    TTTech Switch Lab Space Switches
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    FY26 Entrust Subscription Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking qualified vendors for the FY26 Entrust Subscription Renewal, a procurement set aside for small businesses under the NAICS Code 513210. This contract involves the acquisition of various Entrust CA Gateway subscriptions, PKI enrollment licenses, and associated Platinum Support Annual Fees, all of which are critical for maintaining secure communications and operations within NASA's Marshall Space Flight Center. The subscriptions will be delivered electronically and are required for a one-year period starting January 1, 2026, with a need by date of December 31, 2025. Interested parties must submit their quotes by December 11, 2025, at 8 a.m. CT, and can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov for further information.
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.
    Justification for Other than Full and Open Competition (JOFOC) Posting - James Webb Space Telescope Phase E Operations and Sustainment
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to justify a sole-source contract for the James Webb Space Telescope (JWST) Phase E Operations and Sustainment, specifically with Northrop Grumman Systems Corporation (NG). This contract will ensure continuous operational support for the JWST mission for 4.5 years following the initial six months post-launch, leveraging NG's unique expertise as the prime contractor responsible for the telescope's design, development, integration, and testing. The decision to award this contract without full and open competition is based on NG's exclusive knowledge of the specialized hardware and software required for the JWST, which is critical for maintaining the observatory's health and safety. For further inquiries, interested parties can contact Bruce Tsai at Bruce.B.Tsai@nasa.gov or by phone at 240-684-0428.