Optimus System Processor
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Aeronautics and Space Administration (NASA), specifically the NASA Shared Services Center (NSSC), has a requirement for an Optimus System Processor for the NASA Glenn Research Center (GRC). NASA/NSSC intends to issue a sole source contract to MEASUREMENT SPECIALTIES INC under the authority of FAR 13.106-1(b)(1)(i), as they are deemed the sole provider. This is a Special Notice to gauge industry interest and determine if a competitive procurement is feasible.
Scope of Work
The requirement is for a spare Optimus processor. The Optimus System Processor (OSPRI) must be:
- Compatible with TE Connectivity/Measurement Specialties 32HD and 64HD mini modules.
- Capable of controlling up to 32 mini modules for a maximum of 2048 data channels.
- Able to interface with a TE Connectivity/Measurement Specialties MSDI unit via a factory-installed Optical Fiber Interface Unit (OFIU).
- Capable of controlling a TE Connectivity/Measurement Specialties PCU for calibrating Optimus mini modules, achieving system accuracy greater than +/- 0.03% FS.
- Able to interface with existing COBRA data systems at GRC facilities via in-house software and hardware trigger input.
The Optimus OFIU Installed must:
- Provide noise-free data communication via 62.5-micron multimode fiber cable between the OSP and the MSDI scanner interface.
- Be compatible with TE Connectivity/Measurement Specialties 32HD and 64HD mini modules via MSDI over fiber connection.
- Support simultaneous pressure and force balance measurements.
Contract & Timeline
- Type: Special Notice (Intent to Sole Source)
- NAICS Code: 541519
- Set-Aside: None specified (intent to sole source)
- Place of Performance: NASA Glenn Research Center, 21000 Brookpark Rd, Cleveland OH 44135-3127.
- Period of Performance: 15 weeks After Receipt of Order (ARO).
- Capabilities Statement Due: April 3, 2026, by 12 p.m. Central Standard Time.
- Published Date: April 1, 2026.
Evaluation
Interested organizations may submit capabilities and qualifications to perform this effort. These submissions will be evaluated solely to determine whether to conduct this procurement on a competitive basis. The government retains discretion regarding the decision to compete this effort.
Additional Notes
The Government intends to acquire commercial items and services using FAR Part 12 and FAR Part 13. Oral communications are not acceptable in response to this notice. NASA Clause 1852.215-84, Ombudsman, is applicable. The vendor shall provide a 1-year warranty against defects and ensure the order is shipped complete and palletized.