DTS SLICE NANO Hardware
ID: 80NSSC26920636QType: Special Notice
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure DTS SLICE NANO Hardware from Diversified Technical Systems, Inc. (DTS) as a sole source requirement. This procurement is critical for replacing systems that were damaged during SpaceX Bay 12 testing, specifically for the Anthropomorphic Test Device (ATD) used at NASA Langley Research Center (LaRC) for crash testing. The DTS SLICE NANO system is essential for maintaining operational continuity and ensuring the integrity of critical instrumentation data during tests, as utilizing an alternative vendor would jeopardize ongoing operations and lead to significant delays and costs. Interested organizations may submit their capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as the government retains discretion on whether to conduct a competitive procurement process.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    DTS SLICE NANO Hardware
    Currently viewing
    Special Notice
    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.
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    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.
    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.
    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.
    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.
    SNA Software LLC. Limited Source Justification
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    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.
    Thermoplastic composite prepreg
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure Thermoplastic composite prepreg, with the intention of issuing a sole source contract to JDR Industries, Inc., the sole provider of this material. This procurement is critical for NASA's projects, particularly in the development of advanced composite structures for aerospace applications, and will be performed at the NASA Langley Research Center. Interested organizations are invited to submit their capabilities and qualifications by 12:00 p.m. Central Standard Time on December 15, 2025, to the primary contact, Monica Wilson, at monica.d.wilson@nasa.gov, as the government will evaluate submissions to determine if a competitive procurement is warranted.
    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.