Purchase of an Industrial Acoustic Imager
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), through its Shared Services Center, is soliciting quotes for the purchase of an Industrial Acoustic Imager. This requirement is a Brand Name procurement, specifically for the Fluke, Model Number: FLK-II915, to locate air leaks at the Transonic Dynamics Tunnel at NASA Langley Research Center in Hampton, VA. This opportunity is a Total Small Business Set-Aside. Quotes are due by March 9, 2026, at 7 a.m. CT.
Scope of Work
NASA requires an Industrial Acoustic Imager to efficiently locate active air leaks within the large and complex Transonic Dynamics Tunnel facility at NASA Langley Research Center. The current method of leak detection causes significant operational inefficiencies and gas loss. The imager must feature a multi-microphone, directional array capable of detecting ultrasonic noise up to approximately 100kHz, superimposing directional information onto a camera picture for an augmented reality view of leaks. It should also be able to filter specific frequency ranges to reduce background noise and operate within ambient temperatures of 20-100 degrees F and 20-90% RH. Self-contained operation is ideal.
Key Requirements
This is a Brand Name requirement for the Fluke, Model Number: FLK-II915. Only authorized resellers are eligible to submit quotes. Bids must include the bidder's CAGE/UEI Code, FOB Destination, Leadtime for Delivery, and a Point of Contact (POC) Name & Email. The government will not pay by credit card.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334516
- Product Service Code: 4940 - Miscellaneous Maintenance And Repair Shop Specialized Equipment
- Place of Performance: NASA Langley Research Center, Central Receiving Bldg 1206, 4 South Marvin St, Hampton, VA 23681, Transonic Dynamic Tunnel.
- Delivery: Estimated lead time of 1-2 weeks pending availability; FOB Destination.
Submission & Evaluation
- Quotes Due: March 9, 2026, at 7 a.m. CT.
- Submission Method: Email quotes to Shanna Patterson (Shanna.L.Patterson@nasa.gov).
- Email Subject Line: Must reference the tracking number 80NSSC26926466Q.
- Quote Validity: Quotes must remain valid for 30 days.
- Required Information in Quote: CAGE/UEI Code, FOB Destination, Leadtime for Delivery, POC Name & Email, and two points of contact (name, phone, email).
- Questions Due: March 6, 2026, at 7 a.m. CT. Questions must be submitted in writing via email to Shanna Patterson; telephone questions will not be accepted.
- Award Basis: Lowest Price Technically Acceptable (LPTA).
- Eligibility: Offerors must be registered at www.sam.gov and provide specific representations and certifications, including those related to Telecommunications and Video Surveillance Services or Equipment, and various small business categories.