Dewesoft SIRIUS ACC+ Purchase
ID: 80NSSC25891780QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Graphic Design Services (541430)

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
  1. 1
    Posted Dec 30, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 30, 2024, 12:00 AM UTC
  3. 3
    Due Jan 7, 2025, 9:00 PM UTC
Description

NASA's National Aeronautics and Space Administration Shared Services Center is seeking to procure the Dewesoft SIRIUS ACC+ equipment, specifically designed for high-speed data acquisition, from authorized resellers. The procurement includes a detailed Statement of Work outlining the specifications for the SIRIUS base chassis and associated modules, which are crucial for NASA's operational needs in data collection and analysis. This specialized equipment is intended for use at a site in Cleveland, Ohio, with a quick estimated delivery time of two days after receipt of order, emphasizing the importance of compatibility and efficiency in NASA's testing schedules. Interested small businesses must submit their written quotes by January 7, 2025, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.

Point(s) of Contact
Files
Title
Posted
Dec 30, 2024, 9:15 PM UTC
The document outlines a request for the purchase of specialized equipment, focusing on the SIRIUS base chassis and associated modules. It details the specifications needed for the SIRIUSi-BASE8-AO, including its capabilities for output and input signals, integrated isolation, power connections, and various features for data acquisition and function generation. Additionally, it includes the specifications for the SIRIUS-ACC+ module, which offers advanced data conversion and real-time counting functionalities. The equipment is intended for use at a specific site in Cleveland, Ohio, with a quick estimated delivery time of two days after receipt of order. This procurement request reflects the federal government's aim to acquire precise and high-quality technical equipment in line with operational needs. The structure of the document clearly divides the requirements, technical specifications, place of performance, and expected delivery timelines, emphasizing a well-organized procurement process for government operations.
Dec 30, 2024, 9:15 PM UTC
The purpose of this document is to recommend that NASA's Shared Services Center procure a high-speed data acquisition system exclusively from Dewesoft LLC, specifically the Dewesoft SIRIUS ACC+. The estimated cost and lead-time for delivery are also mentioned. The rationale behind this sole source procurement is based on unique characteristics of the required system, which must be modular, record data at high speeds (up to 200 kS/s), and be compatible with existing Dewesoft software. Using an alternative vendor or system could lead to significant schedule delays for wind tunnel testing and introduce compatibility issues, as the new system may require additional hardware to meet NASA's specific needs. Moreover, integration issues could jeopardize NASA's data collection and analysis objectives. This recommendation emphasizes the importance of obtaining this particular system to ensure efficiency, compatibility, and adherence to testing schedules, aligning with NASA's operational standards and existing technological frameworks.
Dec 30, 2024, 9:15 PM UTC
The document is a Request for Quotation (RFQ) from NASA for the procurement of DEWESoft SIRIUS ACC+ equipment, directed exclusively to authorized DEWESoft resellers. The RFQ outlines essential details including the Statement of Work and bidding requirements, with quotes due by January 7, 2025. It emphasizes that submissions must be in writing, maintaining a validity period of 30 days. Registration with the System for Award Management (SAM) is mandatory for offerors, who must comply with specified provisions addressing telecommunications and video surveillance equipment. The procurement is set aside for small businesses, and the specified NAICS code is 541430. The document includes detailed instructions and provisions for representation and certifications, particularly concerning telecommunications compliance, contracting with entities related to sanctioned activities, and various definitions of business classifications for eligibility. Furthermore, it outlines terms and conditions relevant to federal acquisitions, ensuring contractors are aware of their responsibilities regarding federal laws and regulations. This RFQ represents NASA's commitment to ensuring compliance, promoting small business engagement, and streamlining government procurement processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Thinklogical Transmitters and Receivers
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure Thinklogical Transmitters and Receivers for the Glenn Research Center (GRC) located in Cleveland, Ohio. This procurement involves acquiring 16 units each of the VEL-W0IM24-LCTX and VEL-W0IM24-LCRX models, which are essential for dual DVI display use and are designed to enhance the laboratory testing infrastructure at NASA. The requirement is set aside exclusively for small businesses and is limited to authorized resellers of the specified brand due to compatibility and operational efficiency concerns with existing equipment. Quotes are due by April 14, 2025, and interested parties should contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov for further details.
OMEGA160-NET F/T Transducers US-600-3600 with network box and required cables/adapters (3 units each)
Buyer not available
NASA's National Aeronautics and Space Administration Shared Services Center is seeking to procure three OMEGA160-NET F/T Transducers, along with associated cables, adapters, and power supplies, specifically from authorized resellers of ATI Industrial Automation. This procurement is set aside for small businesses and is critical for ensuring precise measurements in engineering applications, as the transducers are designed for high strength, low weight, and high signal-to-noise ratios, which are essential for reliable data acquisition systems. Interested parties must submit their quotations by April 14, 2025, and all correspondence should reference Notice ID 80NSSC25899411Q. For further inquiries, contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
FY25 KSC Pointwise Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the acquisition of Pointwise Fidelity software from Cadence Design Systems, Inc., as part of the FY25 KSC Pointwise Renewal project. This procurement involves acquiring two units of the software, which is essential for NASA's operations at the Kennedy Space Center in Florida, with a contract performance period from July 1, 2025, to June 30, 2026. The RFQ emphasizes the importance of open competition and compliance with federal regulations, ensuring that all offerors are registered in the System for Award Management (SAM) and adhere to various legal provisions. Interested parties must submit their quotations by April 14, 2025, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
Allen-Bradley Hardware
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of Allen-Bradley hardware, specifically for a Controls System Upgrade of the 8’ High Temperature Tunnel at the NASA Langley Research Center in Hampton, Virginia. This procurement is designated as a Brand Name requirement and is set aside for small businesses, emphasizing the need for specific ControlLogix components to enhance existing control systems and ensure operational efficiency. The estimated delivery lead time for the required hardware is between 1 to 4 months, and interested vendors must submit their quotes by April 14, 2025, referencing tracking number 80NSSC25898560Q in their email submissions. For further inquiries, vendors can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
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.
Purchase Raman instrument system to analyze samples inside the ICEE
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Raman instrument system for use in the In Situ Carbon Evolution Experiments (ICEE) facility, specifically designed to analyze samples within an ultra-high vacuum chamber. The instrument will play a crucial role in studying the chemical evolution of organic compounds and biosignatures relevant to planetary science, requiring features such as a confocal microscope, multi-wavelength observation capabilities, and advanced data processing software. This procurement is intended to enhance databases that support future space missions, particularly in understanding the degradation of organics in extraterrestrial environments. Interested organizations must submit their qualifications to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on April 10, 2025, as the government intends to issue a sole source contract to Oxford Instruments America, the determined sole provider for this requirement.
Orbital Welding System
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of an Axxair Orbital Welding System, or an equivalent system, to enhance its fabrication processes at the NASA Langley Research Center in Hampton, Virginia. The required system includes a SAXX-201DGI orbital welding power source, a gas distributor, a cooling unit, multiple welding heads, and essential components such as ground tungsten and collets, all designed to modernize fabrication technology while ensuring high standards of efficiency and safety. This procurement is set aside for small businesses, with quotes due by April 14, 2025, and interested vendors must reference the tracking number 80NSSC25899097Q in their submissions and ensure compliance with federal regulations. For further inquiries, vendors can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
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.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational standards of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical specifications. Interested parties must submit their interest and capability by May 6, 2025, with inquiries directed to Tiffany D White at tiffany.d.white23.civ@army.mil.
Spare Bellows Actuators
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is preparing to issue a sole source contract for Spare Bellows Actuators, specifically required for use in Neutral Gas and Ion Mass Spectrometers. The procurement is directed towards Eagle Picher, identified as the sole manufacturer capable of fulfilling this requirement, with the contract managed by NASA's Goddard Space Flight Center. Interested organizations are invited to submit their capabilities and qualifications by April 10, 2025, to determine if a competitive procurement process will be pursued, with the government retaining discretion over the decision to compete. For inquiries, interested parties may contact Felecia Lorraine London or Tiffany Neal via email, as oral communications are not permitted.