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
    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.
    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.
    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.
    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.
    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.
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@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.
    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.