Stancil Voice Logging Recorder, Installation, and Training
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) / NASA Shared Services Center (NSSC) has a requirement for a Stancil Voice Logging Recorder, Installation, and Training for the NASA Ames Research Center. NASA/NSSC intends to issue a sole source contract to STANCIL CORP under FAR 13.106-1(b)(1)(i), as they are deemed the sole provider. Interested organizations may submit capabilities to determine if a competitive procurement is feasible. Responses are due by March 4, 2026, 12 p.m. Central Standard Time.
Scope of Work
This requirement is for the procurement, installation, and training related to one (1) Stancil Voice Logging Recorder (50-channel SIP, 2U Extreme Chassis, Part #47050). The recorder is intended for integration with the Mission Next Generation Voice System upgrade at NASA Ames Research Center's Aviation Systems Division. Key features include:
- Dual 6TB hard drives, plus an additional 6TB HD for IP captures.
- FIFO Remote Access for recent conversations.
- Graphic User Interface (GUI) and multi-level password protected security.
- Searchable by date, time, channel, dialed digits, reference fields, and memos.
- Non-proprietary hardware, standards-based, and field expandable to 356 channels.
- Windows 2022 SERVER operating system and Microsoft .NET Framework.
- UL, FCC, BABT, CSA approved power and telco interface, with dual power supply.
- Includes operation and maintenance manual, activity and alarm logs.
- A one-year warranty on parts and labor (return to factory) is required.
- Delivery lead time is 20 DAYS ARO (After Receipt of Order).
Contract & Timeline
- Type: Special Notice (Intent to Sole Source)
- Agency: National Aeronautics and Space Administration (NASA) / NASA Shared Services Center (NSSC)
- NAICS Code: 334310
- Set-Aside: None (Sole Source Intent)
- Place of Performance: NASA Ames Research Center, N255 Logistics Warehouse, Moffett Field, CA 94035
- Response Due: March 4, 2026, 12 p.m. Central Standard Time
- Published: March 2, 2026
Evaluation
Capabilities and qualifications submitted by interested organizations will be evaluated solely to determine whether to conduct this procurement on a competitive basis. The government retains sole discretion in deciding whether to compete this effort.
Additional Notes
Oral communications are not acceptable. NASA Clause 1852.215-84, Ombudsman, is applicable.