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
NASA 4X4 TEST PROGRAM
Buyer not available
Presolicitation NASA 4X4 TEST PROGRAM by the Department of NASA is seeking one lot of Mecury Cadmium Telluride (HgCdTe) electron Avalanche Photodiode (e-APD) Sensor Chip Assemblies (SCA) for the NASA GSFC Airborne CO2 and Methane Lidar. These sensor chips will be used as spares for the Lidar and must be fully compatible with the existing cry-coolers housing and support electronics. Interested organizations may submit their capabilities and qualifications by April 12, 2016.
NSI-NSD Reprocurement
Buyer not available
The National Aeronautics and Space Administration (NASA) intends to award a sole source contract for the procurement and modification of pyrotechnic devices to Chemring Energetic Devices (CED), the only qualified vendor for these critical components. The devices in question include the NASA Standard Initiator-1 (NSI-1), NASA Standard Initiator-3A (NSI-3A), and NASA Standard Detonator (NSD), which are essential for various Agency-wide projects and programs, ensuring safety and performance standards are met for NASA missions. Interested parties may submit capability statements to the primary contact, Kyle Thacker, or the secondary contact, Stephen Noethen, by 5:00 P.M. Central Standard Time on April 8, 2025, with the subject line indicating the notice of intent. The NAICS code for this opportunity is 325920, with a size standard of 750 employees.
Mercury Cryostat
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Mercury Cryostat through a sole source contract with Precision Cryogenic Systems, Inc. This procurement is essential for the development of a mid-infrared flight spectrometer, which will utilize a novel H1RG infrared camera system for remote sensing of exoplanet atmospheres. The selected vendor will be responsible for fabricating components, including machining and welding, while ensuring thermal suspension for a low noise environment, with all items required to be delivered within a 100-day timeframe. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on April 4, 2025, to be considered for this opportunity.
Kulite Pressure Scanners or Equivalent
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking bids for the procurement of Kulite Pressure Scanners or equivalent products, aimed at replacing outdated hardware for precise pressure measurements critical to engineering and computational fluid dynamics assessments. The procurement includes two models of pressure scanners, each with multiple channels (16 to 64), designed to meet specific criteria such as compact size, thermal compensation for temperatures ranging from 0 to 130°F, and high accuracy (±0.2% or better), while also being capable of withstanding vibration and supporting various pressure ranges. Interested vendors must submit their quotes by April 7, 2025, referencing tracking number 80NSSC25899789Q in their correspondence, and are encouraged to contact Shanna Patterson at shanna.l.patterson@nasa.gov for further inquiries.
Speedgoat IO Modules
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Speedgoat IO Modules through a sole source contract with Speedgoat, Inc., the sole provider of these modules. The procurement aims to fulfill specific requirements at the NASA Langley Research Center (LARC), where these modules will be utilized for various research and development activities. Interested organizations are invited to submit their capabilities and qualifications in writing by 2:30 p.m. Central Standard Time on April 7, 2025, to determine if the procurement will be conducted on a competitive basis. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Shari Trigg at shari.trigg@nasa.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.
36-Bay Disk Servers
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals from qualified small businesses for the procurement of two Supermicro Storage Super Server SSG-641E-E1CR36H systems, which are critical for data-intensive simulations related to the Hypersonic Technology Project at NASA Langley Research Center. The servers must meet specific technical requirements, including dual socket Intel Xeon Gold 6548N CPUs, a minimum of 1,152 GB of DDR5 ECC memory, and 20 enterprise-grade 18TB SAS HDDs, among other features, to enhance NASA's computational capabilities in hypersonic research. This procurement is vital for supporting NASA's operational research efforts, with a delivery deadline set for September 30, 2025, and offers due by April 7, 2025. Interested vendors should contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136 for further details.
Cold Stowage: the maintenance, sustaining, integration and operations for a suite of refrigerator/freezers to support International Space Station (ISS) objectives involving temperature-controlled science.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure maintenance, sustaining, integration, and operational support for cold stowage systems aboard the International Space Station (ISS). The primary objective is to provide flight-ready hardware that meets the ISS Program’s utilization requirements, including the sustaining of existing cold stowage hardware and supporting real-time operations on the ISS. This procurement is critical for ensuring the proper temperature-controlled environment for scientific samples, which is essential for ongoing research and experiments conducted in space. Interested organizations must submit their capabilities and qualifications to Veronica Wedemeyer via email by 5:00 P.M. Central Daylight Time on April 4, 2025, as the government intends to evaluate submissions to determine if a competitive acquisition process will be pursued.
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.
Maintenance and support for Goddard-owned Oxford Instruments equipment in Code 553
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract for maintenance and support of Goddard-owned Oxford Instruments equipment located at the Goddard Space Flight Center in Greenbelt, Maryland. The procurement specifically targets maintenance services for two processing systems, the PlasmaPro 100 Estrelas and PlasmaPro 100 Cobra, which are critical for silicon device fabrication, ensuring reliable operations and minimizing disruptions in detector development activities. The contract will be awarded to Oxford Instruments America, Inc., the only vendor capable of providing the necessary proprietary parts and technical support, with a performance period extending through February 1, 2026. Interested parties may submit their qualifications by April 7, 2025, and should direct inquiries to Tessa Martinez at tessa.m.martinez@nasa.gov.