Vacuum Instruments MS-40GT Helium Leak Tester
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) Shared Services Center is soliciting quotes for electronic test equipment, specifically an MDO34/3-BW-1000 Oscilloscope and associated probes, to support the NGIMS project's testbed electrical systems. This is a Combined Synopsis/Solicitation issued as a Request for Quotation (RFQ).
Scope of Work
The requirement is for brand-name electronic test equipment to facilitate electronics checkout for the NGIMS project. Specific items include:
- One (1) MDO34/3-BW-1000 Oscilloscope: 1GHz bandwidth, 4 channels, 3-Series Mixed Domain Oscilloscope, with a 3-year warranty and Certificate of Traceable Calibration Standard.
- Two (2) P6015A HV Probes: 75MHz bandwidth, 1000X magnification, 40Kv voltage rating, 10 Ft cable, with Certificate of Traceable Calibration Standard.
- One (1) TDP0500 Differential Probe: 500MHz bandwidth, 5X/50X magnification, +/- 42V range.
Contract & Timeline
- Type: Request for Quotation (RFQ) for commercial items.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Quotes Due: March 24, 2026, by 5:00 PM ET.
- Published: March 17, 2026.
- Period of Performance (Delivery): April 1, 2026, through May 1, 2026.
- Place of Performance (Delivery): TestEquity, 6100 Condor Dr., Moorpark, CA 93021.
- Delivery Terms: FOB Destination.
- Quote Validity: Quotes must remain valid for 30 days.
Evaluation
Award will be based on either Best Value (price and other factors) or Lowest Price Technically Acceptable (LPTA), as detailed in Section 5 of the RFQ.
Additional Notes
Offerors must complete and return FAR provisions 52.204-24 and 52.204-26. All offerors must be registered at www.sam.gov to be considered for award. All contractual and technical questions must be submitted in writing via email; telephone questions will not be accepted. The primary point of contact is McKenzie Hanson.