Ettus Research USRP N320
ID: 80NSSC25886193QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

IT AND TELECOM - MOBILE DEVICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7E21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of an Ettus N320 Software Defined Radio (SDR) or an equivalent item, which is essential for testing microwave hardware related to the Snow Water Equivalent Synthetic Aperture Radar and Radiometer (SWESARR) project. The procurement includes one unit of the USRP N320, featuring two transmit/receive channels and a 200 MHz bandwidth, to be delivered to the NASA Goddard Space Flight Center in Greenbelt, Maryland, within 20 to 30 days after receipt of order. This acquisition is part of NASA's ongoing efforts to enhance research and development in space science and technology, emphasizing the importance of advanced telecommunications equipment. Interested small businesses must submit their quotes by October 28, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Goddard Space Flight Center (GSFC) is requesting procurement of an Ettus N320 Software Defined Radio (SDR) or an equivalent item, intended for testing microwave hardware, specifically for the Snow Water Equivalent Synthetic Aperture Radar and Radiometer (SWESARR). The order includes one unit of the USRP N320 with two transmit/receive channels and a 200 MHz bandwidth, along with a power cord. The items should be delivered to the GSFC in Greenbelt, Maryland. The expected timeframe for delivery is within 20 to 30 days after receipt of order (ARO). This request is part of the federal government's efforts to acquire technology necessary for advancing research and development in space science and technology.
    The National Aeronautics and Space Administration (NASA) has issued a Request for Quotation (RFQ) for a procurement requirement under Solicitation Number V6 April 2024. The RFQ includes various sections detailing the Statement of Work, Offeror Instructions, and Evaluation Criteria. Notably, a Brand Name or Equal To requirement is specified, with a bid schedule outlined in an attached document. Quotes must be submitted by October 28, 2024, with specific submission protocols, including point of contact details and compliance with various Federal Acquisition Regulation (FAR) provisions. This procurement is set aside for small businesses, requiring registration on the SAM website. Noteworthy provisions include compliance statements regarding telecommunications equipment and certifications related to labor practices and tax liabilities. The document emphasizes the need for adherence to Federal regulations and the importance of timely and accurate submissions to maintain eligibility for contract awards. The outlined process and compliance requirements signify NASA's commitment to contracting transparency and facilitating fair opportunities for small businesses within the federal market.
    Lifecycle
    Title
    Type
    Ettus Research USRP N320
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    TI development interance and Zyngus evaluation board
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide a Brand Name TI development interface and Zyngus evaluation board, essential for testing Kinetic Inductance Detectors (KIDs) and Transition-Edge Sensor (TES) bolometers for future astrophysics missions. The procurement includes the delivery of two Xilinx ZCU-111 RFSoC Evaluation Boards and two Texas Instruments TSW14DL3200EVM DAC Evaluation Boards to the Goddard Space Flight Center in Greenbelt, Maryland, with a completion deadline set for December 15, 2024. This initiative is crucial for advancing NASA's capabilities in space research and ensuring the effective development of advanced detection systems. Interested parties must submit their quotes, including pricing and delivery timelines, to Jacqueline Townley at jacqueline.e.townley@nasa.gov by the specified deadlines, adhering to the Total Small Business Set-Aside requirements.
    Design and analysis for a high altitude parachute for large payloads
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the design and analysis of a high-altitude parachute system intended for large payloads, specifically for its Balloon Program Office. The project aims to develop a decelerator system that enhances gondola stability, reduces landing dispersion, and minimizes canopy opening shock during high-altitude balloon flights, with a maximum suspended weight of 3,500 lbs. This procurement is crucial for advancing NASA's scientific research capabilities and ensuring safe recovery operations, with the parachute required to deploy at an altitude of 100,000 feet and support a maximum sea-level impact velocity of 22 feet per second. Interested small businesses must submit their quotes by October 7, 2024, and include their Unique Entity Identifier (UEI) number, delivery lead times, and compliance with federal regulations. For further inquiries, contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or call 228-813-6067.
    58--RADIO UNIT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a Radio Unit identified by NSN 7R-5895-017105693-E7, with a quantity of one unit required for delivery FOB origin. This procurement necessitates engineering source approval due to the flight-critical nature of the item, which mandates that only approved sources may provide the part to ensure quality and compliance with government standards. Interested vendors must submit detailed information regarding their qualifications and capabilities, as well as any required technical data, to be considered for this contract, which is expected to be awarded based on the evaluation of proposals received within 45 days of the notice. For further inquiries, interested parties can contact Sara M. Hojnowski at (215) 697-2198 or via email at sara.hojnowski@navy.mil.
    NASA 4X4 TEST PROGRAM
    Active
    None
    Presolicitation NASA 4X4 TEST PROGRAM by the Department of NASA is seeking one lot of Mecury Cadmium Telluride (HgCdTe) electron Avalanche Photodiode (e-APD) Sensor Chip Assemblies (SCA) for the NASA GSFC Airborne CO2 and Methane Lidar. These sensor chips will be used as spares for the Lidar and must be fully compatible with the existing cry-coolers housing and support electronics. Interested organizations may submit their capabilities and qualifications by April 12, 2016.
    TICRA’S SUITE OF SOFTWARE RENEWAL AND MAINTENANCE
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide renewal and maintenance services for TICRA's suite of engineering software, which is critical for antenna reflector design and modeling. The procurement includes licenses and maintenance for software such as GRASP, ESTEAM, CHAMP, and QUPES, with a renewal period of 12 months, aimed at supporting the Flight Microwave and Telecommunications Systems Branch at the Goddard Space Flight Center. This initiative underscores the government's commitment to maintaining essential engineering software for aerospace technology and telecommunications operations. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 11:59 a.m. Eastern Standard Time on October 30, 2024, to be considered for this total small business set-aside opportunity.
    Alteryx Server & Designer Procurement
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to procure Alteryx Server and Designer software, with a focus on authorized resellers only. This procurement includes the acquisition of one unit of the Analytics Innovation Program and the provision of an Alteryx Server Quick Start service, which encompasses installation, configuration, backup processes, and training for up to ten participants. The initiative is critical for enhancing NASA's data analysis capabilities and operational efficiency, reflecting the agency's commitment to innovation in research and development. Interested parties must submit their quotes by October 30, 2024, and ensure registration in the System for Award Management (SAM) for eligibility, with all correspondence referencing Notice ID 80NSSC886865Q directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    EQUIPMENT (LAB)
    Active
    National Aeronautics And Space Administration
    Combined Synopsis/Solicitation NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is procuring EQUIPMENT (LAB) through a Total Small Business Set-Aside. This procurement is for LABORATORY EQUIPMENT AND SUPPLIES (PSC code 6640). The NASA SHARED SERVICES CENTER is the office responsible for this procurement. For more information, please contact Katheryn Thomas at katheryn.a.thomas@nasa.gov.
    Overhaul of 4 (ea) brake assemblies for King Air B200 N801NA
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified small business contractors to overhaul four brake assemblies for a King Air B200 aircraft, identified under RFQ 80NSSC25886227Q. The procurement requires compliance with FAA regulations, including the provision of a Q1-A (FAA 8130) certification, and emphasizes the importance of adhering to specific repair specifications outlined in the attached Statement of Work. This opportunity is critical for maintaining the operational capabilities and safety standards of NASA's aviation systems. Interested parties must submit their quotes by October 29, 2024, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136 for further information.
    66--DIGITAL WAVEFORM GE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a Digital Waveform Generator (NSN 7R-6625-016292020-E7, REF NR 7287451G2) with a quantity of one unit, to be delivered FOB Origin. This procurement is critical as the item is flight critical, and the government requires source approval prior to contract award due to the unavailability of adequate technical data for competitive solicitation. Interested vendors must provide detailed information as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice, with the understanding that the government may proceed with award based on fleet support needs if necessary. For further inquiries, interested parties can contact Sara M. Hojnowski at (215) 697-2198 or via email at SARA.HOJNOWSKI@NAVY.MIL.
    58--RECEIVER-TRANSMITTE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 25 units of the Receiver-Transmitter, identified by NSN 5895016671051. This solicitation is a Total Small Business Set-Aside and aims to acquire essential communication and detection equipment used in various defense applications. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 167 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.