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
    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
    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.
    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.
    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
    DTS SLICE NANO Hardware
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure DTS SLICE NANO Hardware from Diversified Technical Systems, Inc. (DTS) as a sole source requirement. This procurement is critical for replacing systems that were damaged during SpaceX Bay 12 testing, specifically for the Anthropomorphic Test Device (ATD) used at NASA Langley Research Center (LaRC) for crash testing. The DTS SLICE NANO system is essential for maintaining operational continuity and ensuring the integrity of critical instrumentation data during tests, as utilizing an alternative vendor would jeopardize ongoing operations and lead to significant delays and costs. Interested organizations may submit their capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as the government retains discretion 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.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    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.
    UNIVERSAL DAQ SYSTEM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking quotations for a brand-name DEWESoft Universal Data Acquisition System (UDAS). This procurement is set aside for small businesses and requires a system that can accommodate unique testing protocols and instrumentation for both laboratory and field use, with modular expansion capabilities. The acquisition includes specific components such as the DEWESoft Data Acquisition system (SIRIUS-R8-SYSTEM), various channel modules, and necessary cables, with delivery expected within 24 weeks of award to Denver, Colorado. Interested vendors should contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    SNA Software LLC. Limited Source Justification
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    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.
    Starshield terminals with global access subscriptions
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Starshield terminals with global access subscriptions to enhance secure satellite-based data transport services for its Deep Space Network (DSN). The procurement requires the contractor to provide seven terminals with mount kits for redundancy and eight data subscriptions, ensuring continuous encrypted data service with a minimum uplink speed of 20 Mbps, while adhering to stringent data integrity and encryption standards. This initiative is critical for establishing encrypted communication links among DSN ground stations located in Goldstone, California; Madrid, Spain; and Canberra, Australia, thereby improving the resiliency and diversity of NASA's communication capabilities. Interested organizations can submit their capabilities and qualifications by December 15, 2025, at 4:00 p.m. CST, to determine if a competitive procurement is feasible, with inquiries directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    ACCELEROMETER,MECHA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of accelerometers under a fixed-price contract. The primary objective is to manufacture and supply accelerometers that meet specific military standards, including compliance with MIL-STD packaging and government source inspection requirements. These accelerometers are critical components used in various defense applications, ensuring accurate navigation and guidance systems. Interested vendors must submit their quotes electronically to the designated contact, Sherry Kaylor, at sherry.l.kaylor.civ@us.navy.mil, with a minimum quote expiration of 90 days. The solicitation emphasizes the need for authorized distributors and adherence to specific quality assurance and inspection protocols.