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
    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
    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.
    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.
    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
    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.
    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.
    TTTech Switch Lab Space Switches
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.
    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.
    Integration and Setup of Nokia Equipment Services & Vinco Services
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract to VINCO INC for the integration and setup of Nokia Equipment Services and Vinco Services, which are critical for supporting initiatives at the Johnson Space Center and Glenn Research Center. The procurement involves the provision and integration of specific Nokia hardware, including 5G and 4G Radio Remote Heads (RRHs) and Baseband Units (BBUs), with responsibilities including initial configuration, shipping, and final on-site integration. Interested organizations are invited to submit their capabilities and qualifications by December 16, 2025, for potential evaluation, although the government reserves the right to proceed with a non-competitive acquisition. For further inquiries, interested parties may contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
    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.
    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.
    Brand Name Requirement for GDP Best Source Selectors
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of two GDP Space Systems Model MD2267C-M16-G6-EN 16 Channel Diversity Combining / Correlating Best Source Selectors. These devices are critical for enhancing real-time data processing capabilities within new mission control rooms, improving the quality of mission data by reducing dropouts during telemetry signal processing. Interested vendors must submit their quotes, including completed provisions regarding telecommunications and video surveillance services, by the specified deadline, with all items required to be delivered within 120 days after receipt of the order. For further inquiries, interested parties can contact Shannon Canada at shannon.m.canada.civ@us.navy.mil.
    FY26 Entrust Subscription Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking qualified vendors for the FY26 Entrust Subscription Renewal, a procurement set aside for small businesses under the NAICS Code 513210. This contract involves the acquisition of various Entrust CA Gateway subscriptions, PKI enrollment licenses, and associated Platinum Support Annual Fees, all of which are critical for maintaining secure communications and operations within NASA's Marshall Space Flight Center. The subscriptions will be delivered electronically and are required for a one-year period starting January 1, 2026, with a need by date of December 31, 2025. Interested parties must submit their quotes by December 11, 2025, at 8 a.m. CT, and can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov for further information.
    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.