The NASA Langley Research Center (LaRC) requires the purchase of DTS SLICE NANO Hardware and accessories to replace systems damaged during SpaceX Bay 12 testing. The procurement includes specific quantities of SLICE NANO Base+, Bridge, Stack Battery, End-of-Chain Terminal, power cables, and Li-ion batteries. The place of performance is NASA LaRC, with a period of performance of 4-6 weeks ARO. The contract mandates compliance with AI usage regulations, requiring disclosure of AI technologies used during contract fulfillment and adherence to additional requirements when acquiring covered AI systems or services as defined by OMB memo M-25-22.
The National Aeronautics and Space Administration (NASA) Shared Services Center recommends a sole-source negotiation with Diversified Technical Systems, Inc. (DTS) for SLICE NANO Hardware. This hardware, including the DTS SLICE NANO Base+, Bridge, and End-of-Chain Terminal, is essential for NASA Langley Research Center (LaRC) to replace systems damaged during SpaceX Bay 12 testing. The DTS SLICE system is an integral component of the Anthropomorphic Test Device (ATD) used at the LaRC Landing and Impact Research (LandIR) Facility. Utilizing another vendor would compromise NASA LaRC's ability to process and record critical instrumentation data during crash tests, leading to significant schedule delays, increased costs, and potential suspension of LandIR facility operations. DTS is the sole supplier that meets the technical compatibility, operational continuity, and interoperability requirements for the existing environment.
NASA/NSSC intends to award a sole source contract to DIVERSIFIED TECHNICAL SYSTEMS, INC for DTS SLICE NANO Hardware due to their status as the sole provider. This procurement, under FAR 13.106-1(b)(1)(i), will be managed by NASA/NSSC with performance at NASA/Langley Research Center (LARC). The acquisition of these commercial items and services will adhere to FAR Part 12 and FAR Part 13, with a NAICS Code of 541519. Interested organizations may submit capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to the identified point of contact. This submission will solely determine if the procurement will be conducted on a competitive basis, with the government retaining discretion. Oral communications are not accepted. NASA Clause 1852.215-84, Ombudsman, is applicable.