Thinklogical Transmitters and Receivers
ID: 80NSSC899997QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Primary Metal Manufacturing (331)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 9:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 5:05 PM UTC
The document outlines a recommendation from NASA's Shared Services Center to procure Thinklogical Transmitters and Receivers exclusively from Thinklogical LLC, emphasizing the brand name justification. The primary rationale for this sole source procurement is compatibility with existing infrastructure within the testing division, where the brand has proven reliability and a well-established knowledge base. Introducing an alternate vendor or brand could lead to substantial implementation challenges, impacting operational schedules and necessitating additional product testing. Such a shift would not only be time-consuming but also financially prohibitive, as it would require a thorough evaluation and maturation of a new knowledge base. The recommendation highlights the impracticality of competition due to these factors while stressing the critical need for uniformity in the testing division's operations. Overall, the document serves as justification for non-competitive procurement based on technical necessity and operational efficiency.
Apr 8, 2025, 5:05 PM UTC
The document outlines a Statement of Work for the acquisition of Thinklogical Transmitters and Receivers intended for the NASA Glenn Research Center (GRC) in Cleveland, OH. The procurement includes 16 units each of the VEL-W0IM24-LCTX and VEL-W0IM24-LCRX, designed for dual DVI display use with HID and USB 2.0 capabilities, employing the Icron 2300 model and providing multimode transmission and reception. These components replace older models but are not compatible with previous versions. The performance period is specified as 30 days after receipt of order (ARO). This RFP reflects NASA's commitment to enhancing its laboratory testing infrastructure and ensuring seamless equipment functionality, vital for efficient operations at the GRC.
Apr 8, 2025, 5:05 PM UTC
The National Aeronautics and Space Administration (NASA) has issued a Request for Quotation (RFQ) for the procurement of Thinklogical Transmitters and Receivers, specifically open to authorized resellers. The RFQ includes sections detailing the Statement of Work, offer instructions, solicitation provisions, clauses, and evaluation criteria. Quotes are due by April 14, 2025, with a requirement for bidders to be registered in the System for Award Management (SAM). Additionally, the procurement is exclusively set aside for small businesses, emphasizing compliance with relevant telecommunications regulations and certifications. Offerors must provide specific representations and certifications related to telecommunications equipment, government contracts, and business eligibility. The document incorporates various Federal Acquisition Regulation (FAR) clauses for terms and conditions applicable to the contract. This solicitation reflects NASA's commitment to sourcing specific branded products while promoting small business participation in federal procurement processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
10x10 SWT PLC Hardware.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of 10x10 SWT PLC Hardware from Schneider Electric, as part of a full and open competition. This procurement specifically requires that all quotes be submitted by Authorized/Certified distributors under the Schneider Electric Alliance Industrial Automation Distributor program, ensuring compliance with NASA's operational standards for facility control systems at the Glenn Research Center in Cleveland, Ohio. The hardware is critical for enhancing automation and control systems, with a detailed Statement of Work outlining the necessary modules and components required for effective operation. Quotes are due by April 24, 2025, and interested vendors should direct inquiries to Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420, referencing Notice ID 80NSSC25896985Q.
Skydio X10 Starter Kit
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a Skydio X10 Starter Kit, specifically from Skydio, Inc., as part of a combined synopsis/solicitation. This procurement is set aside for small businesses and aims to acquire advanced technology compatible with both 2.4/5 GHz and 5G/LTE networks, essential for operations at the Kennedy Space Center in Merritt Island, Florida. The selected equipment will enhance NASA's capabilities in its missions, reflecting the agency's commitment to maintaining cutting-edge technology. Quotes are due by April 28, 2025, and interested offerors must direct any questions to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
100ohm diff 26AWG wire; qty 2,500
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking bids for the procurement of 2,500 units of 100ohm differential 26AWG wire, which is essential for various aerospace applications. The wire must meet specific technical requirements, including a signal transmission speed of at least 1GHz, compliance with ANSI/NEMA and SAE standards, and must be sourced from authorized resellers or the original manufacturer. This procurement is set aside for small businesses, and interested offerors must be registered in the System for Award Management (SAM) and submit their quotes by April 25, 2025. For further inquiries, potential bidders can contact Tessa Martinez at tessa.m.martinez@nasa.gov or by phone at 12288136962.
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.
HLS MLT Project requires 2 Sea Catch TR-11 AIR units, with tethered safety pin, load tested with certificate provided. Please provide certificate of conformance.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide two Sea Catch TR-11 AIR units, which are critical components for the HLS MLT Project. The procurement requires that these units include tethered safety pins and come with a certificate of conformance, ensuring compliance with safety and operational standards. This opportunity is set aside for small businesses, reflecting NASA's commitment to promoting equal opportunity in federal contracting, and all quotes must be submitted by April 29, 2025. Interested vendors should contact Shanna Patterson at shanna.l.patterson@nasa.gov and ensure they reference the tracking number 80NSSC25901547Q in their submissions.
Probe positioners and accessors
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of probe positioners and accessors through Request for Quotation (RFQ) 80NSSC25900999Q. This procurement is a brand-name requirement and is specifically set aside for small businesses, emphasizing compliance with federal regulations and promoting competitive practices. The goods are essential for various NASA operations, ensuring precise measurements and control in aerospace applications. Interested offerors must submit their quotes by April 23, 2025, at noon Central Time, directed to Sara Jusino-Terry via email, and must be registered with the System for Award Management (SAM).
Vista Photonics to procure lasers and photodiodes for Primary Constituent Monitor design
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure lasers and photodiodes for the design of a Primary Constituent Monitor (PCM) through a sole source contract with HAMAMATSU CORP, the only provider meeting the necessary specifications. The procurement will include 56 units each of a 2003 nm and a 1393 nm Vertical Cavity Surface Emitting Laser, both equipped with photodiodes, and is scheduled to take place from April 2 to June 30, 2025, at NASA's Johnson Space Center in Houston, Texas. This initiative is crucial for advancing monitoring capabilities in various scientific applications, ensuring adherence to quality standards throughout the procurement process. Interested parties may submit their qualifications in writing to Cara Craft at cara.s.craft@nasa.gov by 1 p.m. Central Standard Time on April 25, 2025, to potentially influence the decision on whether the procurement will proceed competitively or remain sole source.
Replacement X-ray Detector
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a Replacement X-ray Detector for its Bruker M4 Tornado X-ray Fluorescence spectrometer, which is currently non-operational due to the failure of the existing detector. The new solid-state detector must meet specific technical requirements, including a large 60 mm² window, a resolution of less than 145 eV at 275,000 counts per second for manganese K-alpha, and detection limits for elements at the parts per million (ppm) level. This procurement is critical for maintaining operational capabilities in scientific research, particularly for projects related to the NASA Curiosity rover mission on Mars. Interested vendors must submit their capabilities and qualifications to the designated contacts by 11:59 a.m. Eastern Standard Time on April 25, 2025, to be considered for this sole source contract, which will be awarded to Bruker AXS LLC.
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.
NbTES bolometer installation
Buyer not available
NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking a contractor for the installation of a NbTES bolometer, aimed at upgrading an existing bolometric detector system to enhance its capabilities. The project involves adding a second detector that operates at frequencies up to 10 THz, which is critical for advancing NASA's research and operational capabilities in high-frequency detection. The work will be performed at the vendor's facility, with a warranty period of two years from the date of receipt, and the procurement is set aside for small businesses under FAR 19.5. Interested organizations must submit their qualifications to Dorothy Baskin at dorothy.s.baskin@nasa.gov by 11:59 a.m. Central Standard Time on April 29, 2025, to be considered for this sole source contract.