100ohm diff 26AWG wire; qty 2,500
ID: 80NSSC25896071Type: Special Notice
Overview

Buyer

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

NAICS

Electronic Connector Manufacturing (334417)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking to procure 2,500 units of 100-ohm differential 26 AWG wire, which is essential for communication applications within its operations. This procurement is a sole source requirement, with WIREMASTERS, INC. identified as the exclusive supplier, ensuring compliance with specific technical standards such as a signal transmission speed of at least 1GHz and a capacitance of less than 15 pF per foot. Interested parties must submit their qualifications by 8:00 a.m. CST on April 14, 2025, to determine if the procurement will be competitive, with Tessa Martinez serving as the primary contact for inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The specifications document outlines the requirements for procuring a specific type of wire for communication use. Key parameters include a signal transmission speed of at least 1GHz, standard impedance of 100 +/- 10 ohms, and a conductor gauge of 26AWG made from silver-plated copper. Additional details specify a capacitance of less than 15 pF per foot, a dielectric withstanding voltage of at least 1000 Vrms, and a temperature range from -55°C to 200°C. The wire must have a diameter not exceeding 0.1 inches and be produced in lengths exceeding 1000 feet, with a total quantity of 2,500 units required. Compliance with ANSI/NEMA and SAE standards for environmental testing and testing methods is mandatory. The procurement is limited to authorized resellers or the original manufacturers, ensuring quality supply. This document is part of a government initiative aimed at standardizing wiring requirements in various federal and state projects, reflecting the importance of reliable communication technologies in governmental operations.
    NASA/NSSC seeks to procure 2,500 units of 100-ohm differential 26 AWG wire, planning to contract exclusively with WIREMASTERS, INC., identified as the sole supplier. This action is authorized under FAR 13.106-1(b)(1)(i), with performance located at NASA's Langley Research Center. The procurement will follow the guidelines of FAR Parts 12 and 13 for commercial items and services. Organizations wishing to participate must submit their qualifications by 8:00 a.m. CST on April 14, 2025; responses will determine whether the procurement will be competitive. Oral communications are not permitted. The document notes the applicable NASA Clause 1852.215-84 regarding the Ombudsman and provides Tessa Martinez as the primary contact for this initiative. This procurement reflects NASA's adherence to regulatory processes in seeking specialized commercial goods to support its operations and is indicative of government contracting practices.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    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.
    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.
    DTS SLICE NANO Hardware
    National Aeronautics And Space Administration
    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.
    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.
    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.
    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.
    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.
    Quantum Sensing and Communications applications for Exotic Optical Fibers manufactured from materials produced in space study
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for a feasibility study on Quantum Sensing and Communications applications utilizing Exotic Optical Fibers manufactured from materials produced in space. This initiative aims to leverage microgravity conditions in low-Earth orbit (LEO) to develop high-performance quantum materials, focusing on the definition of a quantum glass manufacturing system, modeling sensor performance, and establishing methodologies for both in-space and terrestrial manufacturing. The project is aligned with national research and development priorities and is expected to run until April 30, 2026, with key milestones including a kickoff meeting, preliminary and final study reports, and a briefing for stakeholders. Interested organizations must submit their capabilities by 1 p.m. CST on December 15, 2025, to Cara Craft at cara.s.craft@nasa.gov to determine the feasibility of competitive procurement.
    Cable Assembly Spec
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a long-term contract for the procurement of cable assemblies, specifically NSN 5995-00-961-8516, under solicitation SPE4A626R0020. This acquisition is set aside for small businesses and includes a three-year base period with an estimated annual demand of 800 units, requiring a guaranteed minimum quantity of 400 units for the base period. The cable assemblies are critical components for communication equipment, and the production delivery timeline is set at 186 days after receipt of order (ARO), with inspection and acceptance occurring at the destination. Interested parties can access the solicitation on DLA DIBBS, with the issue date anticipated around November 7, 2025. For further inquiries, contact Cassandra Cooper at cassandr.cooper@dla.mil.