Allen-Bradley Hardware
ID: 80NSSC25898560QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 12:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of Allen-Bradley hardware, specifically for a Controls System Upgrade of the 8’ High Temperature Tunnel at the NASA Langley Research Center in Hampton, Virginia. This procurement is designated as a Brand Name requirement and is set aside for small businesses, emphasizing the need for specific ControlLogix components to enhance existing control systems and ensure operational efficiency. The estimated delivery lead time for the required hardware is between 1 to 4 months, and interested vendors must submit their quotes by April 14, 2025, referencing tracking number 80NSSC25898560Q in their email submissions. For further inquiries, vendors can contact Shanna Patterson at shanna.l.patterson@nasa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 4:05 PM UTC
NASA Langley Research Center is seeking to procure specific Allen-Bradley hardware for a Controls System Upgrade of the 8’ High Temperature Tunnel. The required items include various ControlLogix components such as chassis, terminal blocks, power supplies, input/output modules, and network switches, totaling over 100 distinct units. The procurement is to enhance existing control systems and ensure operational efficiency. The purchase will take place at the NASA Langley Research Center in Hampton, VA, with an estimated shipping lead time of 1 to 4 months after the order is placed. This request reflects the agency's commitment to maintaining and upgrading critical research infrastructure, which is essential for its ongoing scientific missions.
Apr 8, 2025, 4:05 PM UTC
The document outlines a recommendation by the NASA Shared Services Center to procure Allen-Bradley hardware from Rockwell Automation, Inc. due to its unique compatibility requirements for an ongoing Controls System Upgrade for the 8’ High Temperature Tunnel. The estimated delivery lead-time for this procurement is 1 to 4 months. The rationale for selecting this specific brand centers on the necessity for integration with existing control systems, which predominantly utilize Allen-Bradley controlLogix hardware. Using an alternative vendor could result in significant setbacks, including the potential loss of current project progress, the need for a complete redesign of the control system, and an increased cost of 2-3 times the existing request along with an extended timeline of approximately one year for installation and testing. This recommendation emphasizes the impracticality of competing options given the specialized nature and required compatibility of the hardware, underscoring the urgency and necessity of this acquisition for the efficient continuation of the project.
Apr 8, 2025, 4:05 PM UTC
The National Aeronautics and Space Administration (NASA) issued a Request for Quotation (RFQ) for Allen-Bradley hardware, which includes a structured solicitation divided into five main sections: Statement of Work/Bid Schedule, Instructions to Offerors, Solicitation Provisions/Representations and Certifications, Clauses/Terms and Conditions, and Quote Evaluation Criteria. This procurement is designated as a Brand Name requirement and is specifically set aside for small businesses. Bids must include essential details such as CAGE/UEI codes, delivery lead times, and a point of contact. Quotes are due by April 14, 2025, via email to designated contacts, with contractual questions needing submission by April 11, 2025. The RFQ includes specific provisions regarding telecommunications services and equipment, requiring compliance to ensure eligibility for award. Offerors must be registered in the System for Award Management (SAM) and adhere to various certifications related to telecommunications equipment, child labor regulations, and export compliance, among others. The procurement process emphasizes government standards and conditions, highlighting NASA's commitment to fostering small business participation and compliance with federal laws in acquisitions.
Lifecycle
Title
Type
Allen-Bradley Hardware
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Matrox Transmitter and Receiver
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for a Matrox Transmitter and Receiver under RFQ number 80NSSC25901617Q, specifically targeting small businesses. This procurement involves a Brand Name or Equal requirement, with detailed specifications outlined in the accompanying Statement of Work, and aims to ensure compliance with federal telecommunications standards and regulations. Interested offerors must submit their quotes via email by April 28, 2025, and are encouraged to address any questions in writing by April 24, 2025, while ensuring their quotes remain valid for 30 days. For further inquiries, potential bidders can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
Haas Desktop CNC Mill and Control System
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.
HLS MLT Project requires 2 Sea Catch TR-11 AIR units, with tethered safety pin, load tested with certificate provided. Please provide certificate of conformance.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide two Sea Catch TR-11 AIR units, which are critical components for the HLS MLT Project. The procurement requires that these units include tethered safety pins and come with a certificate of conformance, ensuring compliance with safety and operational standards. This opportunity is set aside for small businesses, reflecting NASA's commitment to promoting equal opportunity in federal contracting, and all quotes must be submitted by April 29, 2025. Interested vendors should contact Shanna Patterson at shanna.l.patterson@nasa.gov and ensure they reference the tracking number 80NSSC25901547Q in their submissions.
Purchase ESS parts/supplies for building security maintenance and upgrades.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure essential parts and supplies for building security maintenance and upgrades at the NASA Shared Services Center in Hampton, Virginia. This procurement focuses on specific brand-name ESS parts, including IR curtain sensors, motion sensors, electric mortise locks, and other security equipment, to ensure compatibility with existing systems and avoid project delays. The initiative is critical for enhancing security measures within government facilities, representing a strategic investment in safeguarding assets and personnel. Interested small businesses must submit their quotes by April 25, 2025, and direct any inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
LPP Combustion Window Assemblies
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the fabrication of LPP Combustion Window Assemblies, specifically part number 27094M42A100, as part of a procurement set aside for small businesses. This initiative is critical for observing combustion events under extreme conditions at the NASA Glenn Research Center, emphasizing the need for leak testing, thermal barrier spray coatings, and full dimensional inspections of the assemblies. Interested offerors must submit their quotes by April 24, 2025, and ensure they are registered at www.sam.gov, adhering to federal regulations and requirements for U.S.-manufactured products. For inquiries, contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420, referencing Notice ID 80NSSC25900897Q.
Nacelle Covers for Plug25 Project
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the fabrication and machining of Nacelle Covers for the Plug25 Project, utilizing .063” Thick 316 Stainless Steel in accordance with ASTM A240 standards. This procurement is part of NASA's ongoing efforts to enhance aerospace technology and requires vendors to ensure full dimensional inspections, proper documentation, and weekly status updates throughout the production process. The completed Nacelle Covers must be delivered to the NASA Glenn Research Center by June 18, 2025, with quotes due by April 29, 2025. Interested offerors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details and to reference Notice ID 80NSSC25900029 in all correspondence.
Vacuum Chamber 1.1 for LESTR 2- additional parts specified in SOW
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a vacuum chamber, specifically designated as Vacuum Chamber 1.1 for LESTR, along with additional parts as outlined in the Statement of Work (SOW). This procurement is critical for NASA's operations, as the vacuum chamber will play a significant role in various aerospace testing and research activities. Interested vendors, particularly small businesses, must submit their quotes by April 29, 2025, and are required to register at www.sam.gov. For further inquiries, potential offerors can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
Skydio X10 Starter Kit
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a Skydio X10 Starter Kit, specifically from Skydio, Inc., as part of a combined synopsis/solicitation. This procurement is set aside for small businesses and aims to acquire advanced technology compatible with both 2.4/5 GHz and 5G/LTE networks, essential for operations at the Kennedy Space Center in Merritt Island, Florida. The selected equipment will enhance NASA's capabilities in its missions, reflecting the agency's commitment to maintaining cutting-edge technology. Quotes are due by April 28, 2025, and interested offerors must direct any questions to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
SmartScope Flash 670
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a SmartScope Flash 670 system, a specialized 3D multisensor measurement system essential for precise dimensional measurements at its Kennedy Space Center in Florida. This procurement is set aside for small businesses and involves a sole-source acquisition from Optical Gaging Products (OGP), emphasizing the necessity of compatibility and timely service due to Florida Metrology's established relationship with NASA. The system, which includes advanced optics and metrology software, is crucial for supporting research and development activities, with an estimated cost of $177,520 and a delivery timeframe of 22-24 weeks. Interested parties should contact Cara Craft at cara.s.craft@nasa.gov, with submissions due by April 30, 2025.
100ohm diff 26AWG wire; qty 2,500
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking bids for the procurement of 2,500 units of 100ohm differential 26AWG wire, which is essential for various aerospace applications. The wire must meet specific technical requirements, including a signal transmission speed of at least 1GHz, compliance with ANSI/NEMA and SAE standards, and must be sourced from authorized resellers or the original manufacturer. This procurement is set aside for small businesses, and interested offerors must be registered in the System for Award Management (SAM) and submit their quotes by April 25, 2025. For further inquiries, potential bidders can contact Tessa Martinez at tessa.m.martinez@nasa.gov or by phone at 12288136962.