Epsilon3 Pro License Renewal
ID: 80NSSC25894434QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Epsilon3 Pro License through a sole source contract with Epsilon3, Inc., the exclusive provider of this software. The procurement involves acquiring one on-premise deployment license for a 12-month term, along with an additional 40 licenses, to support electronic procedure execution at the NASA Stennis Space Center in Mississippi. This renewal is crucial for maintaining operational capabilities within NASA's procedural management systems, ensuring continued efficiency and compliance. Interested parties may submit their capabilities and qualifications by 1 p.m. CST on February 6, 2025, to assess the possibility of competitive procurement, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Stennis Space Center is seeking to renew Epsilon3 Pro Licenses to support electronic procedure execution. The project involves the procurement of one on-premise deployment license for a 12-month term and an additional 40 licenses for the same duration. The performance will occur at the NASA Stennis Space Center in Mississippi, with the contract period spanning from February 21, 2025, to February 20, 2026. This renewal is essential for maintaining operational capabilities within NASA's procedural management systems, ensuring continued efficiency and compliance.
    NASA/NSSC is planning to renew its Epsilon3 Pro License through a sole source contract with Epsilon3, Inc., the exclusive provider of this license. The acquisition will be conducted under FAR 13.106-1(b)(1)(i) at the NASA Stennis Space Center. This procurement aims to secure commercial items and services in accordance with FAR Part 12 and Part 13, with the relevant NAICS code being 513210. Interested parties may submit their capabilities and qualifications by 1 p.m. CST on February 6, 2025, to assess the possibility of competitive procurement. However, the final decision on whether to proceed competitively remains at the government's discretion. Oral communications are not permitted in response to this notice. The NASA Ombudsman clause is applicable, and inquiries should be directed to the primary contact, Cara Craft, at NASA. This document encapsulates the government’s procurement process while ensuring compliance with federal guidelines.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    Comsol Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Comsol software licenses through a sole source contract with Comsol, Inc. The primary objective of this procurement is to secure updated license files and necessary features for a 12-month subscription, which is critical for the development, analysis, and simulation of processing systems, particularly those involved in instrument signal processing. This renewal is essential to avoid delays in time-sensitive projects that could affect their schedules within the current fiscal year. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 11:59 a.m. Eastern Standard Time on February 7, 2025, with the procurement being conducted under FAR Part 12 and FAR Part 13 guidelines. For further inquiries, interested parties can reach out to Kathi Thomas at katheryn.a.thomas@nasa.gov or Tiffany Neal at tiffany.neal@nasa.gov.
    FY25 Deltek Cobra Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Deltek Cobra software for fiscal year 2025 through a sole source procurement from DELTEK INC. This procurement involves acquiring two types of Deltek Cobra software licenses: a standard version for 17 users and a concurrent version for 15 users, which are essential for efficient project management and monitoring within federal operations. The contract period is set from April 1, 2025, to March 31, 2026, with interested parties invited to submit their qualifications by 1 p.m. CST on February 5, 2025. For inquiries, potential bidders can contact Cara Craft at cara.s.craft@nasa.gov.
    FY25 Atlassian Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its Atlassian software licenses for Fiscal Year 2025, specifically for the Ames Research Center. This procurement includes essential project management tools such as Comala Document Management, ScriptRunner for Confluence, and Advanced Tables for Confluence, which are critical for enhancing operational efficiency within the Ames Mission Network. The renewal emphasizes the importance of maintaining software consistency and compliance with federal regulations, as the Atlassian products are proprietary and integral to NASA's mission operations. Interested vendors must submit their quotes by February 10, 2025, and can contact Tessa Martinez at tessa.m.martinez@nasa.gov for further information.
    Inspection and repair of LaRC G-III engine
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure inspection and repair services for the LaRC G-III engine, specifically for the Spey engine (S/N 11189) installed in a Gulfstream GIII aircraft (N520NA). The selected vendor will be responsible for evaluating the engine following damage identified during a borescope inspection, which includes assisting with engine removal, transportation, and conducting inspections at their facility, ultimately leading to a repair plan that requires NASA's approval. This initiative is critical for maintaining aerospace research capabilities while ensuring compliance with safety and regulatory standards, as all work must adhere to applicable technical publications and FAA regulations. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 1:00 p.m. Central Standard Time on February 7, 2025, with the project timeline mandating completion by March 14, 2025.
    Ex Libris Products for Headquarters
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking to procure Ex Libris Products, specifically the Alma Library Management System and Primo VE Discovery Layer, for its Headquarters in Washington, D.C. The procurement will be conducted as a sole source contract with Clarivate Analytics (US) LLC, the only provider of these products, under the authority of FAR 13.501(a). These systems are critical for managing library resources and enhancing user discovery capabilities within NASA's information procurement technology framework. Interested organizations are invited to submit their capabilities and qualifications via email to Tanisha Rush by 4:00 PM CT on February 6, 2025, for consideration in determining whether to pursue a competitive acquisition process.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide Simulation and Advanced Software Services II (SASS II) at the Johnson Space Center. This procurement aims to secure specialized simulation services in areas such as space-based robotics, avionics, vehicle guidance, navigation and control, and advanced software development for various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives. The selected contractor will play a crucial role in enhancing NASA's capabilities in simulation and software development, supporting future exploration needs. Interested parties must submit their capability statements by June 7, 2024, and can direct inquiries to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    3262033-0502 REGULATED CONNECTOR
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the 3262033-0502 Regulated Connector, with the intention of issuing a sole source contract to Mission Systems Davenport, Inc. This procurement is critical for the NASA Armstrong Flight Research Center (AFRC) and involves specific compliance with quality standards and logistical requirements, including coordination for freight delivery to Edwards Air Force Base. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on February 5, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, interested parties may contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
    Flight Dynamic Support Services (FDSS III) Extension
    Buyer not available
    NASA's Goddard Space Flight Center is seeking to extend its Flight Dynamics Support Services (FDSS III) contract, which provides essential flight dynamics support for various space missions and systems analysis. The procurement aims to ensure continued operational support, including orbit determination, trajectory control, and attitude analysis, while also advancing technology development in navigational techniques and software engineering compliance. This sole source contract extension to OPR, LLC is critical for maintaining mission capabilities through October 31, 2025, as a follow-on competitive contract is anticipated. Interested organizations may submit their qualifications to Jacob Perez at jacob.a.perez@nasa.gov by 4:30 PM EST on October 21, 2024, for consideration in the acquisition process.
    JupyterHub/Nebari Install & Support Services
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide installation and support services for JupyterHub/Nebari, crucial for the SAGE III project at the Langley Research Center in Hampton, Virginia. The selected contractor will be responsible for delivering software that supports dynamic load balancing across multiple servers, integrates Python analysis frameworks, and complies with federal cybersecurity standards, including FIPS. This procurement is significant as it ensures the functionality and efficiency of NASA's data analysis capabilities, with a contract performance period of six months following the award. Interested parties should submit their qualifications by February 7, 2025, at 4:00 PM CST, and all correspondence must reference ID 80NSSC892450Q for visibility; inquiries can be directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.