32 Channel VibRunner Data Acquisition Upgrade
ID: 80NSSC24883871QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

IT AND TELECOM - MOBILE DEVICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7E21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for the procurement of 24 channels of 820 VibRunner and an additional card to enhance an existing VibRunner mainframe at NASA Langley Research Center (LaRC). It details the necessary components for purchase, including a base module, several analog to digital converter modules, and required software licenses for additional input channels. Calibration services are also specified, including a NIST traceable calibration setup for the channels being added, which ensures compliance with standards and valid certification for 12 months. The estimated delivery lead time for these components is set at 30 days after the order is placed. This procurement reflects NASA’s commitment to maintaining high-quality, reliable measurement and data acquisition systems in their research operations, demonstrating adherence to federal standards and operational efficiency in their ongoing projects.
    The document pertains to the AST Flight Systems Test, likely connected to federal initiatives focused on aerospace or related technological projects. Although specific details are limited, the document suggests a framework for establishing technical parameters and user credentials integral to testing phases. This could involve assessing the performance and reliability of flight systems, potentially serving as part of a broader government proposal or grant aimed at advancing flight technology and safety. By outlining a structured approach to testing, the initiative underscores an essential commitment to enhance aviation standards, possibly influencing both federal and state/local RFPs within the aerospace sector. The intended audience is likely government entities or contractors involved in aerospace innovation. The reference to a technical user name implies a need for specific qualifications or credentials to carry out the tests effectively.
    The document outlines a federal Request for Proposal (RFP) for a commercial product, emphasizing that the procurement is specifically for a Brand Name requirement. Bids must include essential information such as CAGE/UEI code, delivery lead time, and points of contact. Quotes are due by September 20, 2024, by 9 a.m. CT, and must remain valid for 30 days. This RFP is set aside for small businesses, mandating that offerors be registered on SAM.gov. Various federal acquisition regulations are referenced, requiring compliance with provisions related to telecommunications equipment and certifications regarding small business status. Offerors must also declare whether they engage in restricted business operations in Sudan and whether they will not contract with inverted domestic corporations. The summary captures the importance of following regulatory stipulations and deadlines, ensuring that potential contractors understand the compliance requirements and submission protocols integral to the proposal process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY24 Verint Annual Maintenance & Support Coverage Standard Plan
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide annual maintenance and support coverage for the Verint Media Recorder systems at the Kennedy Space Center. This procurement, designated as RFQ 80NSSC24883335Q, is critical for ensuring the operational integrity of audio recording systems used in radio and VoIP telephone communications, particularly during significant missions such as those related to the Artemis and International Space Station programs. The maintenance services are essential for compliance with operational standards and public safety needs, and the contract period is set from September 1, 2024, to April 30, 2025, with options for annual renewal. Interested parties must submit their quotes by September 19, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.
    Multi-channel Distributed sensing instruments
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Multi-channel Distributed sensing instruments, with plans to award a sole source contract to LUNA Innovations Incorporated, identified as the exclusive provider of these instruments. This procurement is critical for NASA's operations at the Glenn Research Center and will be conducted under the Federal Acquisition Regulation (FAR) guidelines for commercial items. Interested organizations are invited to submit their capabilities and qualifications in writing by 4 p.m. Central Standard Time on September 19, 2024, to determine if the procurement will proceed competitively; oral communications will not be accepted. For further inquiries, interested parties may contact Jacqueline Townley, Procurement Specialist, at jacqueline.e.townley@nasa.gov.
    Spare Netscanner modules for the Netscanner system installed at W7 Test Facility in NASA GRC.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking authorized resellers of TE Connectivity to provide spare Netscanner modules for the Netscanner system installed at the W7 Test Facility in Cleveland, Ohio. This procurement is a full and open competition, with specific requirements for the Intelligent Pressure Scanner (Model 9916), which includes precise accuracy, robust overpressure capabilities, and compatibility with existing systems. The procurement is critical for maintaining operational integrity and efficiency at NASA's research facilities, ensuring the availability of essential pressure measurement equipment. Quotes are due by September 20, 2024, and interested vendors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details.
    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: Compact Vibration Damper (LAR-TOPS-189)
    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 compact vibration damper. This technology, developed by NASA Langley Research Center, is designed to reduce vibration occurring at a fixed frequency. The damper allows for greater range of motion and effectiveness compared to conventional devices. It can be used in various applications such as wind tunnel tests, helicopters, wind turbines, and skyscrapers. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, please visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    TI development interance and Zyngus evaluation board
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking quotations for the procurement of a TI development interface and Zyngus evaluation board, which are critical for testing advanced detection systems in astrophysics missions. This procurement is designated as a brand-name requirement and involves the delivery of specific evaluation boards, including two Xilinx ZCU-111 RFSoC Evaluation Boards and two Texas Instruments TSW14DL3200EVM DAC Evaluation Boards, to the Goddard Space Flight Center in Greenbelt, Maryland. The successful delivery of these items is essential for the effective development and deployment of Kinetic Inductance Detectors (KIDs) and Transition-Edge Sensor (TES) bolometers, reinforcing NASA's commitment to cutting-edge space research. Interested small businesses must submit their quotes by September 19, 2024, and are required to provide their Unique Entity Identifier (UEI) along with compliance with federal regulations; for further inquiries, they can contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or call 228-813-6067.
    C.R. Onsrud F144Q12 5- Axis Qube Series CNC Router (F144Q12) Brand Name or Equal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of a C.R. Onsrud F144Q12 5-Axis Qube Series CNC Router, or an equivalent product, as part of a combined synopsis/solicitation. This equipment is crucial for NASA's operations at the Langley Research Center, enhancing their capabilities in industrial machinery manufacturing. Interested vendors must submit their quotations, including technical specifications and pricing, by 1:00 PM Eastern Daylight Time on September 23, 2024, with delivery required within 28 weeks of order receipt. For inquiries, potential bidders can contact Nicolas Zogaib or Wayne Plummer via email at nicolas.a.zogaib@nasa.gov and wayne.s.plummer@nasa.gov, respectively.
    VMWare Software Support
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure VMWare Software Support through a sole source contract with Rimini Street, Inc. This procurement is essential for maintaining the software used in the Kennedy Space Center's Launch Control System, which includes support for various VMWare products such as vCenter Server and vSphere. The services provided will ensure operational efficiency and the integrity of critical systems, particularly in support of the Artemis Mission. Interested parties must submit their qualifications by 9:00 a.m. Central Standard Time on September 23, 2024, with inquiries directed to Tessa Martinez at tessa.m.martinez@nasa.gov.
    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.
    4 lubricator systems required for existing vacuum pump compressor systems
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure four lubricator systems for existing vacuum pump compressor systems, with plans to issue a sole source contract to The Sloan Brothers Co., the exclusive provider for this requirement. These lubricator systems are critical for maintaining the operational efficiency of NASA's vacuum pump compressor systems, which are essential for various research and development activities at NASA's Langley Research Center. Interested vendors may submit their qualifications by 4 p.m. CST on September 20, 2024, for evaluation to determine if competition is warranted, and inquiries can be directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.