Moog MD90 Control Load System & Coupling SW
ID: 80NSSC24883502QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

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 to procure a Moog MD90 Control Load System and associated Electronic Coupling Software, which are critical for the development and training of the X-66 experimental aircraft at the Armstrong Flight Research Center (AFRC) in Edwards, California. The procurement specifically requires Moog products due to their unique specifications that meet essential size and performance criteria, ensuring compatibility with existing simulator infrastructure and avoiding significant delays and costs associated with alternative vendors. The performance period for this acquisition is set at 26 weeks from the award date, and interested small businesses must register in the System for Award Management (SAM) and adhere to federal regulations. For further inquiries, interested parties can contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Shared Services Center recommends negotiating exclusively with Moog Inc. for the acquisition of the Moog MD90 Control Load System and Moog Electronic Coupling Software, essential for a flight simulator at NASA Armstrong Flight Research Center (AFRC). This recommendation is based on the unique specifications of the Moog products, which meet critical size and performance requirements necessary for the simulator supporting the X-66 experimental aircraft. Attempting to procure an alternative vendor or brand would lead to significant schedule delays, additional costs, and extensive modifications to existing infrastructure. The Moog system's compatibility and prompt delivery of documentation are vital for the project's success, underscoring the impracticality of competition in this instance. The decision emphasizes the need for specific functionalities and integration with the existing simulator layout, making Moog's products the only viable option for this initiative.
    The document outlines a Request for Quotation (RFQ) by NASA for the procurement of a Moog MD90 Control Load System and associated Electronic Coupling Software, necessary for engineering development and flight training on the X-66 experimental aircraft. The RFQ includes a detailed Statement of Work, emphasizing that only Moog Inc. products will be accepted. It specifies the objectives, quantity, and specifications for the products required, along with the place and period of performance. Instructions to Offerors detail the submission process, highlighting the small business set-aside status and requirements for registration in the System for Award Management (SAM). Offerors must provide specific contact information, delivery timelines, and adhere to various federal regulations regarding telecommunications equipment. The document encompasses provisions, representations, and certifications mandated by federal regulations and specific clauses related to commercial items. Included are guidelines for compliance with export laws and ethical considerations. Overall, this RFQ illustrates NASA's structured approach for soliciting bids from qualified suppliers, accentuating transparency and adherence to regulatory requirements in government contracting.
    The NASA Armstrong Flight Research Center (AFRC) is seeking to procure specific equipment essential for the development and training of the X-66 experimental aircraft. The main items requested include one Moog MD90 Control Load System (Part # CB39770-XXX) and Moog Electronic Coupling Software (Part # DM-US-ENGSVC). Additional components listed for purchase are various hardware parts pertaining to the B737 aircraft, including pulleys and couplings, indicating a need for compatible systems for integration during flight testing. The performance location for this acquisition is at the AFRC in Edwards, California, with a stipulated performance period of 26 weeks from the date of the award. This request aligns with federal procurement procedures, ensuring that NASA maintains the necessary resources for advanced aerospace engineering projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Aeronautics and Exploration Mission Modeling and Simulation (AEMMS) Extension 5
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the Aeronautics and Exploration Mission Modeling and Simulation (AEMMS) contract with Science and Technology Corporation (STC) on a sole source basis. This extension is necessary to continue critical mission work related to various projects, including Artemis, Air Traffic Management, and Mars Rotorcraft Technology Development, for an additional eight months, from December 1, 2024, through July 31, 2025, if all options are exercised. The Government intends to evaluate capabilities and qualifications from interested organizations to determine if a competitive acquisition is warranted, with submissions due by 5:00 PM PDT on October 2, 2024. For further inquiries, interested parties may contact Rachel Jandron at Rachel.A.Jandron@nasa.gov or Shane Chapman at shane.p.chapman@nasa.gov.
    Spare Netscanner modules for the Netscanner system installed at W7 Test Facility in NASA GRC.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking authorized resellers of TE Connectivity to provide spare Netscanner modules for the Netscanner system installed at the W7 Test Facility in Cleveland, Ohio. This procurement is a full and open competition, with specific requirements for the Intelligent Pressure Scanner (Model 9916), which includes precise accuracy, robust overpressure capabilities, and compatibility with existing systems. The procurement is critical for maintaining operational integrity and efficiency at NASA's research facilities, ensuring the availability of essential pressure measurement equipment. Quotes are due by September 20, 2024, and interested vendors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details.
    4 lubricator systems required for existing vacuum pump compressor systems
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure four lubricator systems for existing vacuum pump compressor systems, with plans to issue a sole source contract to The Sloan Brothers Co., the exclusive provider for this requirement. These lubricator systems are critical for maintaining the operational efficiency of NASA's vacuum pump compressor systems, which are essential for various research and development activities at NASA's Langley Research Center. Interested vendors may submit their qualifications by 4 p.m. CST on September 20, 2024, for evaluation to determine if competition is warranted, and inquiries can be directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    N232 A/V Hardware and Equipment
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of brand-name audio/visual (A/V) hardware and equipment for the NASA Ames Research Center located in Moffett Field, California. The Request for Quotation (RFQ) outlines specific requirements for various equipment, including video displays, controllers, wireless transmitters, cables, speakers, mixers, and microphones, with detailed specifications and quantities provided. This procurement is set aside for small businesses, emphasizing compliance with federal acquisition regulations and the necessity for registration in the System for Award Management (SAM). Quotes are due by September 23, 2024, and interested parties should direct inquiries to Brianna Faye at brianna.n.ladner@nasa.gov, ensuring to reference the RFQ number in all correspondence.
    Safety and Mission Assurance Services (SMAS) II
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Safety and Mission Assurance Services II (SMAS II) contract at the George C. Marshall Space Flight Center. This contract aims to provide a wide range of safety and mission assurance services, including system safety, reliability, software assurance, and quality engineering, supporting various NASA facilities such as Kennedy Space Center and Michoud Assembly Facility. The anticipated contract, valued at up to $488 million, will be a small business set aside with a single-award indefinite-delivery, indefinite-quantity (IDIQ) structure, and is expected to have an eight-year performance period. Interested parties are encouraged to submit comments on the Draft Request for Proposal (DRFP) by October 4, 2024, with the final RFP expected to be released on or about November 22, 2024. For further inquiries, contact Maranda McCord at maranda.b.mccord@nasa.gov.
    32 Channel VibRunner Data Acquisition Upgrade
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 32 Channel VibRunner Data Acquisition Upgrade, a critical component for enhancing measurement and data acquisition systems at the NASA Langley Research Center. The procurement includes the acquisition of 24 channels of 820 VibRunner, additional hardware, software licenses, and calibration services to ensure compliance with federal standards. This upgrade is essential for maintaining high-quality research operations and operational efficiency in aerospace projects. Interested vendors must submit their quotes by September 20, 2024, and include the tracking number (80NSSC24883871Q) in their email correspondence to the primary contact, Shanna Patterson, at shanna.l.patterson@nasa.gov.
    VMWare Software Support
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure VMWare Software Support through a sole source contract with Rimini Street, Inc. This procurement is essential for maintaining the software used in the Kennedy Space Center's Launch Control System, which includes support for various VMWare products such as vCenter Server and vSphere. The services provided will ensure operational efficiency and the integrity of critical systems, particularly in support of the Artemis Mission. Interested parties must submit their qualifications by 9:00 a.m. Central Standard Time on September 23, 2024, with inquiries directed to Tessa Martinez at tessa.m.martinez@nasa.gov.
    C.R. Onsrud F144Q12 5- Axis Qube Series CNC Router (F144Q12) Brand Name or Equal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of a C.R. Onsrud F144Q12 5-Axis Qube Series CNC Router, or an equivalent product, as part of a combined synopsis/solicitation. This equipment is crucial for NASA's operations at the Langley Research Center, enhancing their capabilities in industrial machinery manufacturing. Interested vendors must submit their quotations, including technical specifications and pricing, by 1:00 PM Eastern Daylight Time on September 23, 2024, with delivery required within 28 weeks of order receipt. For inquiries, potential bidders can contact Nicolas Zogaib or Wayne Plummer via email at nicolas.a.zogaib@nasa.gov and wayne.s.plummer@nasa.gov, respectively.
    NASA/MSFC Determinant Assembly for the SLS B1B Payload Adapter
    Active
    National Aeronautics And Space Administration
    NASA's Marshall Space Flight Center (MSFC) is seeking to procure a Determinant Assembly for the Space Launch System (SLS) Block 1B Payload Adapter through a sole source contract with Shape Fidelity, Inc. The procurement requires specialized engineering services that include structured light scanning, digital assembly, and CAD-guided drilling, all aimed at achieving precise assembly of the SLS Block 1B Payload Adapter Qualification article. This project is critical for NASA's aerospace missions, emphasizing the need for high precision and adherence to safety standards in the assembly process. Interested organizations must submit their capabilities and qualifications to Josh Stiles or Wade Amis via email by 5:00 P.M. C.D.T. on September 27, 2024, to be considered for this acquisition.
    TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a simplified hi-res flow visualization assembly. This assembly, developed by researchers at NASA's Langley Research Center, is a compact and easy-to-use optical system that enables focusing schlieren imaging. It reduces complexity and alignment time compared to conventional systems, and is self-aligned, compact, and cost-effective. The assembly can be attached to a commercial-off-the-shelf camera and is capable of fields-of-view of 10 and 300 millimeters. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.