Purchase of Yokogawa modules
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, is soliciting quotes for the purchase of Yokogawa modules. This is a Combined Synopsis/Solicitation issued as a Total Small Business Set-Aside. The required modules are essential for real-time testing and monitoring within the Integrated Avionics Test Facilities (IATF) for the Space Launch Systems (SLS) vehicle. Quotes are due by May 1, 2026, at 8:00 a.m. CT.
Scope of Work
This opportunity requires the acquisition of specific Yokogawa brand modules, including high-speed isolation modules (720250, 720211, 720254), a 16-channel temperature/voltage input module (720221), and a logic input module (720230). These modules are critical for accurately characterizing time delays and response times for the SLS vehicle within the System Integration Lab (SIL) and System Integration Test Facility (SITF). Detailed specifications, part numbers, descriptions, and quantities are provided in the attached "Specifications.pdf" document.
Brand Name Justification
The requirement for Yokogawa modules is justified due to their unique characteristics and the existing infrastructure within the IATF. The Yokogawa Digital Oscilloscope and its modules are already successfully deployed and are necessary to ensure compatibility with the established IRIG B time code and other IATF hardware. Using a different brand would lead to incompatibility, render the testing unit inoperable, negatively impact the SLS schedule, and potentially increase costs, thus failing to meet the government's need.
Contract Details
- Contract Type: Firm Fixed Priced
- Delivery: FOB Destination
- Estimated Lead Time: 6 to 8 weeks
- Product/Service Code: 6640 (Laboratory Equipment And Supplies)
- NAICS Code: 334513
Submission & Evaluation
- Quotes Due: May 1, 2026, at 8:00 a.m. CT
- Submission Method: Email quotes in PDF format to Monica Wilson (monica.d.wilson@nasa.gov).
- Email Subject Line: Must reference the RFQ Notice ID Number (f605e019907142e1b57ffea3811d9864).
- Required Bid Information: Include CAGE/UEI Code, FOB Destination, Lead Time for Delivery, and POC Name & Email. Quotes must list two points of contact.
- Quote Validity: Quotes shall remain valid for 30 days.
- Questions Due: Written questions must be submitted to Monica Wilson by April 30, 2026, at 8:00 a.m. CT. Telephone questions will not be accepted.
- Evaluation Criteria: Award will be made to the responsible Offeror whose offer is the Lowest Price Technically Acceptable (LPTA). Offers not technically acceptable will be removed from consideration.
Eligibility
This procurement is a Total Small Business Set-Aside. Offerors must be registered in the System for Award Management (SAM.gov) to be considered for award.