36-Bay Disk Servers
ID: 80NSSC25899649QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the procurement of two Supermicro Storage Super Server SSG-641E-E1CR36H systems, which are critical for data-intensive simulations in the Hypersonic Technology Project at NASA Langley Research Center. The servers must meet specific technical requirements, including dual socket Intel Xeon Gold 6548N CPUs, a minimum of 1,152 GB of DDR5 ECC memory, and 20 enterprise-grade 18TB SAS HDDs, among other features. This acquisition is vital for enhancing NASA's computational capabilities in hypersonic research, with a delivery deadline set for September 30, 2025. Interested vendors should submit their offers by April 7, 2025, and can direct inquiries to Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 7:05 PM UTC
The document addresses technical queries related to a Request for Proposal (RFP) concerning server configurations for a government project. It highlights critical specifications, particularly regarding CPU and memory requirements. For a processor option specified (EMR CPU), the vendor must supply memory configurations that include 8 modules of 96 GB, while for an alternative processor (SPR 6448H), a total of 16 x 96 GB modules is necessary to meet a minimum requirement of 1,152 GB of memory. Additionally, it confirms that networking cables compatible with the Broadcom adapter are unnecessary and that an NVMe server is acceptable if it contains 20 x 18 TB drives. The document underscores the importance of accurately meeting hardware specifications for successful proposals in response to the RFP, ensuring all technical requirements are clearly outlined to potential vendors. Overall, it reflects the government's commitment to obtaining compliant, high-capacity technology solutions efficiently and effectively.
Apr 3, 2025, 7:05 PM UTC
The document outlines a Request for Quotation (RFQ) from NASA for the procurement of two Supermicro Storage Super Server SSG-641E-E1CR36H units for data-intensive simulations in the Hypersonic Technology Project at NASA Langley Research Center. The RFQ is structured into several sections, including a Statement of Work, Instructions to Offerors, Solicitation Provisions, and Clauses/Terms and Conditions. Key specifications include dual socket Intel Xeon Gold CPUs, extensive RAM, high-capacity enterprise-grade hard drives, and various system management features, with a required delivery deadline by September 30, 2025. The procurement is set aside for small businesses and requires that bidders be registered with the System for Award Management (SAM). Offers are to be submitted by April 7, 2025, and should include specific representations and certifications regarding telecommunications, business ownership status, and compliance with federal regulations. This procurement exemplifies NASA's structured approach to acquiring vital technology support for its operational research efforts.
Apr 3, 2025, 7:05 PM UTC
NASA Langley Research Center is seeking to procure two Supermicro Storage Super Server SSG-641E-E1CR36H systems (or equivalent) for data-intensive simulations related to the Hypersonic Technology Project. Each server must feature a 4U rackmount with 36 bays, dual socket Intel Xeon Gold 6548N CPUs with a total of 64 cores, a minimum of 1,152 GB of DDR5 ECC memory, and 20 enterprise-grade 18TB SAS HDDs. Other requirements include hardware RAID, integrated management controls, dual 10 Gigabit network interfaces, and redundant power supplies. The procurement will also provide a three-year warranty for parts and labor, along with a one-year advanced exchange service. Delivery is expected within 30 days of order receipt, with a deadline for acceptance set for September 30, 2025. This acquisition is crucial for enhancing NASA's computational capabilities in hypersonic research.
Lifecycle
Title
Type
36-Bay Disk Servers
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Haas Desktop CNC Mill and Control System
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.
DFMPro for Creo
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of DFMPro software, specifically three user-based licenses, along with installation and training support at the Kennedy Space Center. The objective of this procurement is to enhance design for manufacturability capabilities within NASA's engineering teams, thereby promoting innovation and efficiency in their technological practices. The performance period is set from May 12, 2025, to May 11, 2026, with quotes due by April 30, 2025. Interested vendors must register at SAM.gov and comply with federal regulations, with the procurement set aside for small businesses; for further inquiries, contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136.
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.
GRL Custom Workstation
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking quotes for a custom scientific workstation to support the development of lidar processing algorithms. This workstation must feature high memory capacity, PCIe connectivity for multiple accelerator cards, including GPUs and FPGAs, and be capable of processing large datasets efficiently. The procurement is critical for enhancing computational capabilities in geospatial research, with specific requirements including an AMD Alveo data center accelerator card, RTX A5000 GPU, 8TB NVMe SSD, and 16TB SATA SSD storage. Interested small businesses must submit their quotes electronically by May 2, 2025, at 2:00 PM CST, and can direct inquiries to Ethel Denise Grant at ethel.d.grant@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil.
SmartScope Flash 670
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a SmartScope Flash 670 system, a specialized 3D multisensor measurement system essential for precise dimensional measurements at its Kennedy Space Center in Florida. This procurement is set aside for small businesses and involves a sole-source acquisition from Optical Gaging Products (OGP), emphasizing the necessity of compatibility and timely service due to Florida Metrology's established relationship with NASA. The system, which includes advanced optics and metrology software, is crucial for supporting research and development activities, with an estimated cost of $177,520 and a delivery timeframe of 22-24 weeks. Interested parties should contact Cara Craft at cara.s.craft@nasa.gov, with submissions due by April 30, 2025.
CP32 - 532 nm MOPA laser/ QTY 1
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the procurement of a 532 nm MOPA laser, which is essential for conducting target signature tests on retroreflector arrays intended for satellite applications. The laser must meet specific technical criteria, including air cooling, a compact footprint, pulse durations under 100 picoseconds, and a repetition rate of up to 2 kHz, with successful delivery required within 10 weeks to the Goddard Space Flight Center. This procurement is part of NASA's broader initiative to enhance optical technology for space exploration, emphasizing compliance with federal acquisition regulations. Interested parties must submit their quotes by April 30, 2025, to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, and must be registered in the System for Award Management (SAM) to be eligible.
Matrox Transmitter and Receiver
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for a Matrox Transmitter and Receiver under RFQ number 80NSSC25901617Q, specifically targeting small businesses. This procurement involves a Brand Name or Equal requirement, with detailed specifications outlined in the accompanying Statement of Work, and aims to ensure compliance with federal telecommunications standards and regulations. Interested offerors must submit their quotes via email by April 28, 2025, and are encouraged to address any questions in writing by April 24, 2025, while ensuring their quotes remain valid for 30 days. For further inquiries, potential bidders can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
Simulation and Advanced Software Services II (SASS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
SERVER,AUTOMATIC DA
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of an Automatic Data Server (NSN: 7HH 7025 016932707). The procurement aims to ensure that the repaired server meets operational and functional requirements, adhering to specified quality standards and documentation as outlined in the contract. This server is critical for IT and telecommunications support, particularly in help desk and productivity tool applications. Interested contractors should note that the estimated monetary limit for this contract is $179,571, and they can reach out to James Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1@NAVY.MIL for further details. Early delivery is authorized and desired, with the contract requiring written acceptance prior to execution.
Nacelle Covers for Plug25 Project
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the fabrication and machining of Nacelle Covers for the Plug25 Project, utilizing .063” Thick 316 Stainless Steel in accordance with ASTM A240 standards. This procurement is part of NASA's ongoing efforts to enhance aerospace technology and requires vendors to ensure full dimensional inspections, proper documentation, and weekly status updates throughout the production process. The completed Nacelle Covers must be delivered to the NASA Glenn Research Center by June 18, 2025, with quotes due by April 29, 2025. Interested offerors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details and to reference Notice ID 80NSSC25900029 in all correspondence.