Moog System Purchase
ID: 80NSSC25889646QR1Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - MOBILE DEVICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7E21)
Timeline
    Description

    NASA's National Aeronautics and Space Administration Shared Services Center is seeking to procure four units of the Moog Advanced Development System (ADS) featuring the iX10 Ryzen GPU, specifically designed to enhance software development capabilities. This procurement is critical for NASA's research and development initiatives, as the unique ruggedization and compatibility with the ROCm acceleration platform of the iX10 system are not replicated by other vendors, ensuring optimal performance for government operations. Interested vendors must comply with federal regulations and submit their quotes by the specified deadlines, with a lead time of six weeks for delivery after receipt of order. For further inquiries, potential offerors can contact Kacey Hickman at kacey.l.hickman@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for procuring an Advanced Development System (ADS) for the ix10 Ryzen GPU, designated as model MBR-GPU-iX10ADS. The ADS is a complete desktop development kit featuring an ix10 Ryzen processor and running Ubuntu Linux 18.04. It includes essential LINUX I/O driver packages for development purposes, but does not incorporate an FPGA, which is available in EM or FLIGHT versions. The specified quantity for this purchase is four units. The designated place of performance is at NASA's Goddard Space Flight Center in Greenbelt, Maryland, with an estimated delivery lead time of six weeks after receipt of order (ARO). The purpose of this procurement is to enhance software development capabilities using the specified hardware, aligning with federal government RFP processes to acquire necessary technological systems for research and development initiatives.
    The document outlines a recommendation by the NASA Shared Services Center for negotiating a procurement from a sole source or specific brand, focusing on the Moog Advanced Development System (ADS) utilizing the iX10 Ryzen GPU. The justification emphasizes the system's unique ruggedization, developed compatibility with the ROCm acceleration platform, and the proprietary conversion layer for CUDA code execution. The total estimated cost for this acquisition is not provided, but a six-week lead time for delivery is specified. The rationale for selecting the suggested source centers on the specialized design of the iX10 system, which is not replicated by other vendors. Alternatives might not adversely affect government operations; however, the specific rugged GPU acceleration characteristics are exclusive to the current vendor. The document includes a procedural note indicating the recommendation is pursuant to federal acquisition regulations, confirming that only one source is reasonably available due to unique product capabilities. Overall, the file serves to substantiate the need for a sole source or brand name procurement, detailing the operational and technical justifications for this approach within NASA's procurement strategy.
    The document outlines a Request for Quotation (RFQ) from NASA for the purchase of Moog systems. It provides a detailed structure consisting of five main sections: Statement of Work/Bid Schedule, Instructions to Offerors, Solicitation Provisions/Representations and Certifications, Clauses/Terms and Conditions, and Quote Evaluation Criteria. The RFQ mandates compliance with various provisions, including representations regarding telecommunications equipment and compliance with federal regulations. Offerors are required to submit their quotes by specified deadlines, retain validity for 30 days, and address any inquiries in writing. Registration in the System for Award Management (SAM) is necessary for eligibility. Additionally, the procurement falls under full and open competition, emphasizing financial and legal requirements related to contracting. This effort illustrates NASA's intent to engage qualified vendors for essential systems while adhering to federal regulations and promoting fair competition in government procurement.
    Lifecycle
    Title
    Type
    Moog System Purchase
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    LaRC Abaqus Software Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    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.
    Notice of Sole Source Justification: Velo3D Sapphire Additive Manufacturing System 1-Year Lease
    National Aeronautics And Space Administration
    NASA's Marshall Space Flight Center (MSFC) is seeking to award a sole source contract for a one-year lease of the Velo3D Sapphire Metal Additive Manufacturing (AM) System from Velo3D Inc. This procurement is critical for NASA's evaluation and certification of flight components for the Human Landing System (HLS) and Space Launch System (SLS) vehicles, as hands-on experience with this specific machine is necessary to ensure safety and compliance in manufacturing processes. The Velo3D Sapphire system is uniquely positioned to meet the high-risk evaluation needs identified by the NASA Engineering Safety Center (NESC), which is managing this project. Interested parties can direct inquiries to Yong Castillo at yong.h.castillo@nasa.gov or Sadie Moulton at sadie.m.moulton@nasa.gov for further details.
    P-8 WTT Image Generator Spares
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, is seeking to procure five spare Nucleus: 6GPU 85TB Aechelon Image Generators to support the P-8 training system. This brand-name restrictive procurement aims to enhance training capabilities for pilots, aircrew, and maintainers of the P-8 aircraft platforms by providing realistic training events and qualification exercises. Interested vendors must submit their quotes by January 14, 2026, with an anticipated award date of February 27, 2026, and are required to be registered in SAM.gov. For further inquiries, potential offerors can contact Charon Whiteman at charon.e.whiteman.civ@us.navy.mil or Jason Harvey at jason.g.harvey.civ@us.navy.mil.
    UPS Battery, UP, N1C.L48100EBM3U and N1C LR-Series 2000VA/1800W UPS, N1C.LR2000.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of two N1 Critical Technologies UPS Battery Modules (PN N1C.L48100EBM3U) and one N1C LR-Series 2000VA/1800W UPS Module (PN N1C.LR2000) for the Global Hawk project at the NASA Armstrong Flight Research Center in Edwards, CA. This procurement is set aside for small businesses and requires compliance with ISO 9001 and NASA Quality Document Q1-C, emphasizing the importance of quality assurance in the supply of critical aircraft parts. Quotes must be submitted by December 19, 2025, by 3:00 p.m. CT to laura.a.quave@nasa.gov, and should include the Cage Code, UEI number, anticipated delivery time, and any applicable shipping costs. Interested parties are encouraged to review the solicitation details and ensure registration at www.sam.gov to participate in this opportunity.
    Graphics Video Cards
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for the procurement of 120 Graphics Video Cards (Part Number VCNRTX4000ADA-PB) to support the AAI spares program. This procurement is a total small business set-aside and will be awarded on a firm fixed-price basis, with the government emphasizing the need for brand name submissions only. The delivery of the graphics cards is required by January 30, 2026, to Patuxent River, Maryland, and interested vendors must submit their quotes via email to JaNae Lester by December 24, 2025, at 3:00 PM EST. For further inquiries, vendors can contact JaNae Lester at janae.a.lester.civ@us.navy.mil.
    Hydroponic/Aeroponic Nutrient Delivery In Volumetrically Efficient Garden (HANDIVEG)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the Hydroponic/Aeroponic Nutrient Delivery In Volumetrically Efficient Garden (HANDIVEG) system, which is intended for use in growing space crops aboard the International Space Station (ISS) as part of a continuous crop production demonstration. The procurement involves the final design, documentation, fabrication, and delivery of flight-ready HANDIVEG hardware, which will integrate with NASA’s Ohalo III test rig. This technology, initially developed by Sierra Space Corp (SSC) under a NASA Research Grant, requires specialized expertise that SSC possesses, making them the only responsible source for this contract. Interested organizations may submit their capabilities and qualifications to Tammy Clark at tammy.k.clark@nasa.gov by 2:00 PM ET on December 31, 2025, for consideration in determining whether to conduct a competitive acquisition process.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    AMD Evaluation Kit (FPGA)
    Energy, Department Of
    The Department of Energy, through ORNL UT-Battelle LLC, is seeking quotes for an AMD Evaluation Kit (FPGA) or a domestic equivalent, as part of a procurement process outlined in a combined synopsis/solicitation. This evaluation kit is crucial for semiconductor and related device manufacturing, supporting various research and development initiatives at the Oak Ridge National Laboratory in Tennessee. Proposals must be submitted by December 22, 2025, with the award based on the lowest priced, technically acceptable offer, and interested vendors should direct inquiries to Brittanie Mack-Brewster at mackbrewstbc@ornl.gov.