Purchase of COTS CCDs in support of the ESIS-2 Sounding Rocket Mission
ID: 80NSSC25892670QType: Special Notice
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 21, 2025, 1:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) is seeking to procure Commercial Off-the-Shelf (COTS) Charge-Coupled Devices (CCDs) to support the ESIS-2 Sounding Rocket Mission, with a sole source contract intended for Teledyne Digital Imaging US, Inc., the exclusive provider of these items. The procurement specifically requires three back-illuminated CCD sensors, including the Teledyne e2v Model CCD230-42-1-E98, which must meet defined specifications such as a pixel resolution of 2048(H) x 2064(V) and a total image area of 30.7 mm x 30.7 mm. This acquisition is crucial for enhancing solar observational capabilities in alignment with NASA's research initiatives, with delivery expected within six weeks of contract award. Interested parties are encouraged to submit their qualifications by January 21, 2025, and all communications should be directed in writing to Shanna Patterson at shanna.l.patterson@nasa.gov.

Point(s) of Contact
Files
Title
Posted
Jan 15, 2025, 9:05 PM UTC
The NASA Marshall Space Flight Center (MSFC) is seeking to procure three back-illuminated CCD sensors to support the Solar Physics research mission led by the NASA Goddard Space Flight Center (GSFC) through the "Extreme Ultraviolet Snapshot Imaging Spectrograph (ESIS)" sounding rocket mission. The specifications for the required sensors include the Teledyne e2v Model CCD230-42-1-E98, which must meet parameters such as a pixel resolution of 2048(H) x 2064(V), pixel size of 15 μm, and a total image area of 30.7 mm x 30.7 mm, with four output channels. The successful contractor is expected to deliver these CCDs within six weeks of the award, and the production will take place at their facility in Chelmsford, UK. This procurement is vital for advancing solar observational capabilities in alignment with NASA's ongoing research initiatives.
Jan 15, 2025, 9:05 PM UTC
The document outlines specific recommendations and justifications for federal contract actions as guided by the Federal Acquisition Regulation (FAR). It provides a structured format for submitting procurements under various categories, including sole source justifications and brand name acquisitions. Each category specifies the rationale and conditions under which a proposed action may not require formal solicitation processes on SAM.gov, emphasizing the urgency, uniqueness, or specialization of the items or services sought. The contracting officer must accept these recommendations, affirming the conditions that necessitate a non-competitive approach. This procedural document is significant in the context of government Requests for Proposals (RFPs), grants, and contracts, ensuring compliance with acquisition regulations while addressing the need for efficient procurement processes. Overall, it serves as a tool to facilitate streamlined decision-making in federal contracting activities while adhering to regulatory standards.
Jan 15, 2025, 9:05 PM UTC
NASA/NSSC is seeking to procure Commercial Off-the-Shelf (COTS) Charge-Coupled Devices (CCDs) for the ESIS-2 Sounding Rocket Mission, intending to issue a sole source contract to TELEDYNE DIGITAL IMAGING US, INC., the exclusive provider for these items. This acquisition will be managed by NASA's Marshall Space Flight Center, adhering to FAR Part 12 and 13 guidelines for commercial acquisitions. Interested entities are invited to submit their qualifications by January 21, 2025, to assess whether a competitive procurement process will occur. The government's decision to opt for sole sourcing can be influenced by the responses received, but it remains at the government's discretion. The relevant NAICS code for this procurement is 334511. Direct oral inquiries are not permitted, and all communications must be written. The Center Ombudsman for this acquisition is identified for further contact regarding concerns or issues.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
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).
Camera for Vacuum- and Extreme-Ultraviolet light
Buyer not available
The Department of Commerce, through the National Institute of Standards and Technology (NIST), is seeking information from vendors regarding the procurement of a specialized camera designed for vacuum- and extreme-ultraviolet (EUV) light applications. This camera is essential for advancing metrology techniques that enhance semiconductor manufacturing, requiring capabilities such as operation in ultra-high vacuum environments and sensitivity to wavelengths ranging from 10 nm to 150 nm for non-destructive measurement of nanoscale features. Interested vendors are invited to submit their company details, product specifications, performance capabilities, and any customization options, as this Sources Sought Notice (NIST-FY25-CHIPS-0081) is part of NIST's market research and does not imply a solicitation or contract commitment. For further inquiries, vendors may contact Elizabeth Timberlake at elizabeth.timberlake@nist.gov or Tracy Retterer at Tracy.retterer@nist.gov.
TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
Buyer not available
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.
TrueNAS F60 and Support
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a TrueNAS F60 system along with support services, specifically through a sole source contract with iXsystems, Inc. The primary objective of this procurement is to enhance storage capabilities at NASA's Langley Research Center, complementing a recently acquired iXsystems server, with requirements including dual controllers, enterprise-grade software, and advanced data protection features. This acquisition is crucial for maintaining high-performance data management and ensuring robust security for sensitive information. Interested parties may submit qualifications by 7 a.m. CST on April 17, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
Star Shade Design, Analysis and Prototyping
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure specialized services for the design, analysis, and prototyping of a starshade, which is crucial for the Hybrid Observatory for Earth-like Exoplanets (HOEE) initiative at the Goddard Space Flight Center. The project aims to develop a lightweight and ultra-compact starshade that will enhance the search for Earth-like exoplanets by improving angular resolution, sensitivity, and contrast in observations. This procurement is significant as it supports NASA's broader goals of exploring complex atmospheres of exoplanets and understanding conditions necessary for life, while ensuring compatibility with existing and future major telescopes. Interested organizations must submit their capabilities and qualifications to Cody Guidry by 3:00 p.m. Central Standard Time on April 17, 2025, as the government intends to issue a sole source contract to OMP INC, the identified sole provider for this effort.
Superconducting Nanowire Single Photon Detector (SNSPD)
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking proposals for a Superconducting Nanowire Single Photon Detector (SNSPD) system under a combined synopsis and solicitation. The procurement aims to acquire a detector system that meets detailed technical specifications for characterizing color center devices, which are crucial for advancements in nano- and atom-scale technologies related to information processing and quantum applications. The selected contractor will be responsible for delivering a system that includes four initial detectors with provisions for future expansions, ensuring high efficiency in photon detection across specified wavelengths, and adhering to strict operational requirements. Interested vendors must submit firm-fixed-price quotations by email no later than 11:00 AM Eastern Time on April 18, 2025, and can direct inquiries to Tracy Retterer or Forest Crumpler via their provided email addresses.
Assorted Kinetix Components, No Equivalents or Substitutions
Buyer not available
The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for assorted Kinetix components, specifically two scientific CMOS imaging detectors, to support routine operations at a beamline. The procurement includes models 01-KINETIX-M-C and 01-KINETIX-22MM-M-C, which must meet stringent specifications such as a pixel size no greater than 6.5um, a quantum efficiency of at least 95%, and a minimum acquisition rate of 500 frames per second, among other technical requirements. This acquisition is critical for advancing scientific research and ensuring optimal functionality in high-performance imaging technology. Interested vendors must submit their quotes, including necessary documentation and compliance with the System for Award Management (SAM), by the specified deadline, with all pricing valid for 60 days. For further inquiries, vendors can contact Malen Valencia at mvalencia@bnl.gov.
SINGLE PHOTON AVALANCHE DIODE (SPAD) CAMERA WITH ACCESSORIES
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking quotes for a Single Photon Avalanche Diode (SPAD) camera with accessories, aimed at enhancing educational resources for remote sensing students at the Air Force Institute of Technology (AFIT). This procurement is intended to provide advanced imaging capabilities that facilitate the capture of single-photon images for 3-D reconstructions, thereby addressing a critical educational gap in the field of remote sensing. The selected contractor must deliver the camera within six weeks of contract award, adhering to stringent technical specifications and compliance with Defense regulations. Interested small businesses must submit their quotes electronically by April 21, 2025, and are encouraged to direct any inquiries to Jennifer Blackford or Raschelle Swindle before the deadline for questions on April 16, 2025.
TECHNOLOGY TRANSFER OPPORTUNITY: Electric Field Imaging System (LAR-TOPS-116)
Buyer not available
Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market the Electric Field Imaging System (EFI). The EFI system is a noncontact method capable of quantitatively measuring the magnitude and direction of electrostatic fields. It uses low-current, human-safe electric fields to construct a three-dimensional image of objects and people based on their dielectric properties. The EFI system has potential applications in medical imaging, security and detection, weather prediction, and nondestructive evaluation. 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.
Commercial Low Earth Orbit (LEO) Destination Contract (CLDC) Sources Sought
Buyer not available
NASA's Johnson Space Center (JSC) is seeking information from potential sources for the Commercial Low Earth Orbit (LEO) Destination Contract (CLDC) as part of its initiative to transition from the International Space Station (ISS) to commercially operated space stations. The objective is to gather capabilities from a diverse range of businesses, including small and minority firms, to support the development of new LEO destinations and associated systems, which may include in-orbit destinations, visiting vehicles, and supporting launch vehicles. This effort is crucial for maintaining a continuous U.S. presence in space and ensuring safe, reliable access to critical systems. Interested parties are invited to submit capability statements by April 30, 2025, to inform NASA's acquisition strategy, with all submissions directed to Rogelio Curiel or Matthew Windemuth at jsc-cldc@mail.nasa.gov. This notice is not a formal solicitation, and no proposals should be submitted at this time.