Precision Filters Networking Equipment, Cables and accessories
ID: 80NSSC25897449QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

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

    NASA's National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Precision Filters Networking Equipment, Cables, and accessories, which are critical for the Orion OME thruster qualification testing. The procurement is specifically set aside for small businesses and includes a range of precise networking equipment, cables, and custom panel assembly, to be delivered to the NASA White Sands Test Facility in New Mexico within 60 to 90 days of order acknowledgment. This initiative emphasizes the importance of using Precision Filters products to ensure compatibility with existing systems and maintain operational efficiency in aerospace testing environments. Interested vendors must submit their quotes by March 17, 2025, and can direct inquiries to Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420, referencing Notice ID 80NSSC25897449Q.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA's White Sands Test Facility (WSTF) is seeking to procure various Precision Filters networking equipment, cables, and accessories to support the qualification testing of Orion OME thrusters. The required items include a backplane interface module, hard rack mount kit, quad charge conditioners, multiple input and output cables, and a rack-mountable input panel. Additionally, the scope encompasses the factory assembly of specific cables into mounted panels to facilitate testing. The performance location is specified as Room 101F at WSTF in Las Cruces, NM, with an expected completion period of 60 to 90 days after receipt of order (ARO). This procurement demonstrates a focused effort to enhance the test facility’s capabilities in conducting essential aeronautics research and development.
    The document outlines a recommendation from NASA's Shared Services Center to negotiate solely with Precision Filters, Inc. for networking equipment, cables, and accessories necessary for the Orion OME thruster qualification testing. The purchase is justified as Precision Filters hardware is essential for compatibility with the existing Data Acquisition System (DAQ), which requires equipment specifically designed by Precision Filters. The estimated cost and delivery time for this acquisition, categorized under brand name justification, is emphasized as being critical for maintaining the integrity of the Orion program. Using alternative vendors would impose extensive modification costs, potential delays, and compatibility issues, jeopardizing the current $2 million system built for evaluating hypergolic thrusters. The hardware upgrade's 'plug and play' nature is crucial for expanding channel counts without disruptions to the existing testing schedules. The document underscores the importance of brand consistency within specialized aerospace testing environments, reinforcing the necessity for using Precision Filters products to ensure operational efficiency and reliability.
    The National Aeronautics and Space Administration (NASA) is soliciting quotations through RFQ 80NSSC25897449Q for the purchase of Precision Filters Networking Equipment, Cables, and accessories, essential for the Orion OME thruster Qualification testing. This procurement is specifically designated for small businesses. Key requirements include a range of precise networking equipment, cables, and custom panel assembly, to be delivered to the NASA White Sands Test Facility in New Mexico within 60 to 90 days of order acknowledgement. Quotes are due by March 17, 2025, and must include specific details such as the vendor's Cage Code and UEI number, delivery time, and any applicable discounts. The document outlines clear instructions for offerors, including registration with the System for Award Management (SAM) and compliance with various clauses related to federal procurement. Additionally, specific certifications regarding telecommunications equipment, child labor, and corporate ownership are required. This initiative underscores NASA's commitment to fostering small business participation in federal contracts while ensuring compliance with the relevant federal acquisition regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Plug25 Mixer Hardware
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Plug25 Mixer Hardware, as outlined in RFQ number 80NSSC25897311Q. This opportunity is specifically set aside for small businesses and includes strict compliance requirements with federal regulations, including adherence to the Buy American Act and various certifications related to environmental and operational policies. The Plug25 Mixer Hardware is essential for NASA's operations, ensuring the availability of high-quality telecommunications equipment. Interested offerors must submit their quotes by March 12, 2025, and ensure their submissions are valid for 30 days; they are also required to register at SAM.gov and comply with specific telecommunications provisions. For further inquiries, interested parties can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
    new replacement signal generator from manufacturer, Keysight Technologies.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for a new replacement signal generator from Keysight Technologies, as part of a procurement request (RFQ 80NSSC25896419Q). This solicitation aims to fulfill specific requirements outlined in the Statement of Work, ensuring compliance with federal contracting standards while promoting transparency and fairness in the procurement process. The signal generator is crucial for various laboratory applications, contributing to NASA's mission of advancing aeronautics and space exploration. Quotes are due by March 13, 2025, and must be submitted to the designated contracting officer, Sara Jusino-Terry, with all inquiries directed to her by March 11, 2025. Offerors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    100ohm diff 26AWG wire; qty 2,500
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of 2,500 feet of 100-ohm differential 26 AWG wire, as part of a combined synopsis/solicitation. The wire must meet specific technical requirements, including a minimum frequency transmission speed of 1GHz, low capacitance, and high dielectric strength, while also adhering to ANSI/NEMA and SAE standards for environmental testing. This procurement is critical for ensuring high-performance signal transmission in various electronic applications, supporting NASA's operational needs. Interested vendors, particularly small businesses, must submit their offers by March 17, 2025, and can direct inquiries to Tessa Martinez at tessa.m.martinez@nasa.gov.
    Purchase of MS-40 GT Dry New Helium Leak Detector
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure an MS-40 GT Dry New Helium Leak Detector, specifically from Vacuum Instruments Corporation, through a total small business set-aside contract. This advanced leak detection equipment is crucial for maintaining operational efficiency in NASA's vacuum facilities, as it standardizes components and reduces costs associated with spare parts and training. Interested vendors must comply with detailed specifications, including sensitivity ranges and communication protocols, and are required to submit their quotations by March 12, 2025. For further inquiries, vendors can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    1-WRD-180 Double Ridge Waveguide Calibration Kit & 1- Waveguide Adapter
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 1-WRD-180 Double Ridge Waveguide Calibration Kit and a corresponding waveguide adapter, specifically set aside for small businesses. The calibration kit is designed to operate within a temperature range of 4 °C to 40 °C and supports microwave frequencies from 18 GHz to 40 GHz, featuring a maximum Voltage Standing Wave Ratio (VSWR) of 1.25, making it essential for precise electrical testing and analysis. Interested offerors must submit their quotes by 3:00 p.m. CT on March 12, 2025, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Cody Guidry at cody.d.guidry@nasa.gov.
    MTS Alignment System for Strategic Investment
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of a "Brand Name" MTS Alignment System, specifically designed to enhance operational capabilities at its Langley Research Center in Hampton, Virginia. This procurement is set aside for small businesses and aims to acquire a specialized alignment system that is compatible with existing MTS systems, ensuring precision in material testing and minimizing operational disruptions. Interested vendors must submit their quotes by March 17, 2025, referencing tracking number 80NSSC25898072Q in their correspondence, and are required to be registered at SAM.gov to be eligible for consideration. For further inquiries, vendors can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Vacuum Pump
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a vacuum pump, specifically an Anest Iwata ISP-1000 oil-free dry scroll vacuum pump or an equivalent model. The primary objective is to acquire a pump with a minimum pumping capacity of 40 CFM, compatible with an electrical supply of 200-230/440-480 VAC at 50/60Hz, and featuring a KF-40 inlet, to support NASA's operational needs at their facility in Albuquerque, New Mexico. This procurement is part of NASA's broader initiative to enhance its capabilities through specialized equipment, and it is set aside for small businesses, emphasizing compliance with federal regulations. Quotes are due by March 17, 2025, and interested vendors must register at www.sam.gov and submit their proposals via email to Kacey Hickman at kacey.l.hickman@nasa.gov.
    AeroGo Filler Cart Air Pad Replacement
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide replacement air pads for the AeroGo filler cart system at the Langley Research Center in Hampton, Virginia. The procurement involves acquiring four units of the 21GHD HD Gapmaster Fixed Mount Aero-Casters, which are critical for maintaining the efficiency of wind tunnel testing operations. This acquisition is essential to prevent operational disruptions due to the deterioration of existing equipment, ensuring the continuity of vital research activities. Interested vendors must submit their quotes by March 18, 2025, and are encouraged to contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov for further information.
    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.
    Qumulo General Purpose Tier 1TB Support Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide renewal support for Qumulo General Purpose Tier 1TB software and Mission Q Services, essential for maintaining data management capabilities at the Langley Research Center in Hampton, Virginia. This procurement includes two software subscriptions, each with a capacity of 672 TB, covering the performance period from February 7, 2025, to February 6, 2026, along with an additional subscription for a total capacity of 1344 TB from September 4, 2025, to February 6, 2026. The renewal is critical for ensuring compliance with NASA's cybersecurity policies and maintaining operational consistency, as the software is uniquely compatible with existing hardware. Interested offerors must submit their quotes by March 12, 2025, and can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov for further information.