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
    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
    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.
    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.
    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
    Similar Opportunities
    Notice of Intent to Sole Source for Coupled Device Detector Camera System
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is issuing a Notice of Intent to Sole Source for a coupled device detector camera system, intending to award the contract to Teledyne Digital Imaging. This procurement aims to acquire a specialized camera system capable of performing fast optical emission spectroscopy (OES) measurements, which are critical for improving efficiencies in plasma etching processes as part of the CHIPS RF Waveform and Rapid Frequency Comb Diagnostics project. The camera must meet stringent technical specifications, including ultra-low noise characteristics and high gain, along with accompanying control and data analysis software. Interested vendors are encouraged to respond with their capabilities and relevant product information by contacting Elizabeth Timberlake or Donald Collie before the specified deadline, with no solicitation currently available.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    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.
    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.
    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.
    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.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    Combined Sources Sought Notice and Notice of Intent to Sole Source for Sparce Scanning Device
    Commerce, Department Of
    The Department of Commerce's National Institute of Standards and Technology (NIST) is conducting a sources sought notice to identify potential sources for a compressed sensing scan generator, which is critical for advancing imaging and measurement solutions in integrated circuit (IC) overlay metrology. The procurement aims to enhance the speed and accuracy of image acquisition for semiconductor manufacturing processes, utilizing artificial intelligence and advanced image processing techniques. This initiative is part of the CHIPS R&D Program, which focuses on improving measurement capabilities essential for IC production. Interested vendors are encouraged to respond with their capabilities and relevant product information to the primary contact, Nina Lin, at nina.lin@nist.gov, by the specified deadline, as the government intends to issue a sole source award to Panoscientific, LLC if no other capable sources are identified.
    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.
    Nancy Grace Roman Space Telescope Project Science Operations Center
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is initiating a sole-source procurement for the Nancy Grace Roman Space Telescope Project Science Operations Center, with the justification approved for the Space Telescope Science Institute (STScI). This opportunity involves the provision of space research and development services, as well as support for space flight and related activities, which are critical for the successful operation of the telescope project. The performance will take place in Baltimore, MD, and interested parties can reach out to Julie Janus at julie.a.janus@nasa.gov or by phone at 301-286-4931 for further details regarding this procurement.