NASA LaRC TE Connectivity Optimus System
ID: 80TECH24Q0043Type: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA IT PROCUREMENT OFFICEGreenbelt, MD, 20771, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    NASA's Langley Research Center (LaRC) is seeking to procure additional TE Connectivity Optimus hardware necessary for the Electronically Scanned Pressure System Replacement in its 14-by-22-Foot Subsonic Tunnel. This procurement is critical for enhancing pressure measurement systems that support aerodynamic testing, ensuring compatibility with existing systems due to prior investments in TE Connectivity products. Quotes for this opportunity are due by 5:00 PM ET on September 17, 2024, with delivery expected within 60 weeks of order receipt. Interested vendors must be registered in the System for Award Management (SAM) and can contact Kavina Patel or Michelle Downs for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Information Technology Procurement Office (ITPO) has issued a Justification for Other Than Full and Open Competition for the procurement of TE Connectivity Optimus hardware needed for the 14x22-Foot Subsonic Tunnel's Electronically Scanned Pressure System Replacement. The justification highlights the unique requirements of NASA Langley Research Center, which necessitate purchasing additional components from TE Connectivity due to existing investments and specific compatibility needs. The order aims to enhance pressure measurement systems essential for aerodynamic testing, with an estimated value yet to be provided and a lead-time of approximately 60 weeks. The rationale cites 10 U.S.C. 3204(a)(1) as permitting this exclusive procurement, as TE Connectivity is the sole provider for the necessary hardware, ensuring compatibility with existing systems. Transitioning to alternatives presents risks regarding data quality and reliability, which could significantly delay critical testing operations. The document confirms no market interest in alternative bids and states the agency’s commitment to exploring other sources in future procurements. This reflects NASA’s strategic intent to maintain efficiency and precision in its aeronautical research initiatives while minimizing operational disruptions.
    The document outlines a Request for Proposal (RFP) for the procurement of TE Connectivity Optimus Hardware, including various service and system components. It specifies a warranty covering defects in materials and workmanship for one year post-completion, highlighting the importance of addressing any nonconforming items as noted by NASA. The estimated lead time for delivery is set at 60 weeks after receipt of order. Key details include the technical point of contact being determined later and the delivery address at NASA Langley Research Center in Hampton, Virginia. This RFP is a component of federal contracting, emphasizing quality assurance and compliance with established procurement standards in federal projects.
    The NASA Information Technology Procurement Office (ITPO) outlines terms for Hardware, Software, and Services agreements for NASA employees and contractors. This rider incorporates the terms of Value Added Reseller (VAR) or Manufacturer End User License Agreements (EULAs) as long as they align with federal laws. Key components include contract formation, audit processes, termination conditions, and government law jurisdiction. The government is defined as the licensee, prohibiting individual, personal agreements. The rider emphasizes compliance with the Federal Acquisition Regulation (FAR) and incorporates numerous clauses to ensure the government’s legal protections, including limits on indemnities, unilateral termination rights, automatic renewals, and payment of future fees. Dispute resolution will follow the FAR and Contracts Disputes Act, with explicit provisions against clauses that could undermine government rights or requirements. The document mandates transparency and public access to the agreements and restricts unauthorized use of government names or logos. In summary, this rider is crucial for standardizing agreements while ensuring compliance with federal laws and protecting governmental interests.
    The document outlines a pricing proposal associated with RFQ No. 80TECH24Q0043, specifying a firm fixed price pricing structure for goods or services to be delivered to a NASA destination. It includes an attachment labeled “Pricing Exhibit,” where details such as part numbers, quantities, list prices, and total amounts are listed, indicating a structured but incomplete pricing format. The proposal operates under a FOB Destination term and a payment structure of NET 30, implying payment is due 30 days post-invoice receipt. The document primarily serves to facilitate federal procurement processes, allowing for the submission of offers and pricing details for the government’s consideration in response to the request for proposals (RFPs). Overall, it reflects standard practices in government contracting, focusing on transparency, pricing clarity, and compliance with federal guidelines.
    NASA's Information Technology Procurement Office plans to award a sole-source contract to Measurement Specialties Inc. for an Optimus System upgrade. The contract is intended for the replacement of the 14x22 Subsonic Tunnel's Electronically Scanned Pressure System, with TE Connectivity Optimus hardware. As the Optimus is compatible with existing legacy modules, it is the only suitable choice. This commercial item acquisition is governed by FAR Part 12 and NASA's own Clause 1852.215-84. Organizations with relevant capabilities can submit their qualifications by a strict deadline, though NASA is not obliged to compete the acquisition. The decision to sole-source is justified under 10 U.S.C. 3204(a) 1 and FAR 6.302-1(c).
    NASA is issuing Request for Quotation (RFQ) 80TECH24Q0043 for the procurement of TE Connectivity Optimus Hardware, essential for the 14-by-22-foot Subsonic Tunnel Electronically Scanned Pressure System Replacement at NASA Langley Research Center (LARC). Quotes are due by 5:00 PM ET on September 17, 2024, and must adhere to specified formats and requirements outlined in the solicitation. Awards will be based on the lowest price technically acceptable (LPTA), focusing on technical specifications and price, with compliance to federal regulations mandated. Companies must be registered in the System for Award Management (SAM) to be eligible to bid. Delivery is expected within 60 weeks of order receipt. The solicitation includes various enclosures detailing terms, conditions, evaluation criteria, and a Bill of Materials. Ensuring all materials meet revised Section 508 compliance is also necessary. The RFQ emphasizes the need for technical detail in responses, including a pricing exhibit and documentation of compliance with federal acquisition regulations. Overall, this solicitation reflects NASA's commitment to following procurement standards while facilitating new technological integrations into their research infrastructure.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
    Active
    National Aeronautics And Space Administration
    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.
    TTE Ethernet (TTE) Development Hardware
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Time-Triggered Ethernet (TTE) Development Hardware, which is essential for prototyping and testing unreleased flight software and emulated flight hardware interfaces for the Habitat and Logistics Outpost (HALO) and Power and Propulsion element (PPE) Avionics systems. This specialized networking equipment is critical for NASA's Gateway Software Verification Laboratory (GSVL) and is being procured under a brand name justification due to its unique specifications, with a total estimated value of $332,204. Interested vendors must submit their quotations on a firm fixed-price basis within 30 days of order receipt, adhering to the Lowest Price Technically Acceptable (LPTA) evaluation criteria. For further inquiries, interested parties can contact Debbie Matthews at debbie.r.matthews@nasa.gov or Sabrina Pearson at sabrina.m.pearson@nasa.gov.
    TECHNOLOGY TRANSFER OPPORTUNITY: Smart Optics Material Characterization System (LAR-TOPS-76)
    Active
    National Aeronautics And Space Administration
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is soliciting inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a Smart Optics Material Characterization System. This system, developed by NASA's Langley Research Center, is a wireless, open-circuit SansEC sensor that can detect the presence of chemicals without being in contact with them. It uses a unique thin-film design and a chemical reactant to detect specific chemicals in caustic or harsh environments. The sensors are cost-effective and environmentally friendly to manufacture and use. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). No funding is provided with these potential licenses. For more information, visit the NASA Technology Transfer Portal.
    TECHNOLOGY TRANSFER OPPORTUNITY: Electroactive Scaffold (LAR-TOPS-200)
    Active
    National Aeronautics And Space Administration
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a novel three-dimensional scaffold structure developed at NASA's Langley Research Center. This scaffold utilizes electroactive fibers for tissue and/or stem cell engineering, providing biochemical, mechanical, and electrical cues to mimic the native biological environment. The technology aims to develop novel tissue constructs and direct stem cells to differentiate down controlled pathways. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). No funding is provided with these potential licenses. For more information, please visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    FY24 HPE Maintenance Renewal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking bids for the FY24 HPE Maintenance Renewal, aimed at acquiring essential maintenance services for HPE hardware at the Langley Research Center (LaRC) in Hampton, Virginia. The procurement includes support for various components such as SGI Clusters, servers, power cords, and memory modules, with a performance period from August 1, 2024, to July 31, 2025. This initiative underscores NASA's commitment to maintaining its critical computing infrastructure, which is vital for its research capabilities. Interested vendors should reference RFQ number 80NSSC24878914Q in all correspondence and include their CAGE code in quotes, with inquiries directed to Brianna Faye at brianna.n.ladner@nasa.gov.
    TECHNOLOGY TRANSFER OPPORTUNITY: Large Area Structural Damage Nondestructive Evaluation (LAR-TOPS-247)
    Active
    National Aeronautics And Space Administration
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a technology for Large Area Structural Damage Nondestructive Evaluation (LAR-TOPS-247). This technology provides a methodology to measure damage onset and growth in composite structures during fatigue loading. It combines thermal and acoustic emission nondestructive evaluation techniques to detect damage formation and growth. The technology can be used for improved safety and performance of composite structures during their life cycle. 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.
    TECHNOLOGY TRANSFER OPPORTUNITY: System for In-situ Defect Detection in Composites During Cure (LAR-TOPS-327)
    Active
    National Aeronautics And Space Administration
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a technology for in-situ defect detection in composites during cure. This technology, developed by NASA Langley Research Center, is an automated ultrasonic scanning system that actively scans for defects in composites during the cure process. It provides real-time monitoring of defect formation and movement, offering a better understanding of defect sources and sinks. The system consists of an ultrasonic portable automated C-Scan system with an attached ultrasonic contact probe, enclosed in an insulated vessel placed inside an autoclave. It can be used for non-destructive evaluation of composites in an oven or an autoclave, including thermosets, thermoplastics, composite laminates, high-temperature resins, and ceramics. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). No follow-on procurement is expected from this notice. For more information, please visit the NASA Technology Transfer Portal.
    32 Channel VibRunner Data Acquisition Upgrade
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 32 Channel VibRunner Data Acquisition Upgrade, a critical component for enhancing measurement and data acquisition systems at the NASA Langley Research Center. The procurement includes the acquisition of 24 channels of 820 VibRunner, additional hardware, software licenses, and calibration services to ensure compliance with federal standards. This upgrade is essential for maintaining high-quality research operations and operational efficiency in aerospace projects. Interested vendors must submit their quotes by September 20, 2024, and include the tracking number (80NSSC24883871Q) in their email correspondence to the primary contact, Shanna Patterson, at shanna.l.patterson@nasa.gov.
    TECHNOLOGY TRANSFER OPPORTUNITY: Guided wave-based system for cure monitoring of composites using piezoelectric discs and fiber Bragg gratings (FBGs) (LAR-TOPS-303)
    Active
    National Aeronautics And Space Administration
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a guided wave-based system for cure monitoring of composites using piezoelectric discs and fiber Bragg gratings (FBGs). This technology is used to monitor the cure rate of resins and detect defects in carbon fiber reinforced polymer composites, which are extensively used in aircraft, automotive, and other applications. The system measures temperature, strain, and guided waves during cure, allowing for life-cycle monitoring and damage detection. It is applicable to manufacturers of aircraft parts, marine hull sections, high-speed rail sections, automotive parts, and building parts. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). No follow-on procurement is expected from this notice. For more information, visit the NASA Technology Transfer Portal.
    TECHNOLOGY TRANSFER OPPORTUNITY: Damage and Tamper Detection Sensor System (LAR-TOPS-9)
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a Damage and Tamper Detection Sensor System. This wireless sensor system, known as SansEC, can be placed on or embedded in materials and structures to monitor for and detect damage. It can also detect package tampering and pilfering. The system consists of multiple pairs of inductor-capacitor sensors with no electrical connections, which are placed throughout the material being monitored for damage. Changes in resonant frequency indicate strains, breaks, or damage location within the material. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). No follow-on procurement is expected from this notice. For more information, visit the NASA Technology Transfer Portal.