FY25 Seredata Facility and Data Enterprise License Renewal
ID: 80NSSC25896838QType: Special Notice
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

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

    The National Aeronautics and Space Administration (NASA) is seeking a sole source contract for the FY25 Seredata Facility and Data Enterprise License Renewal, with SLINGSHOT AEROSPACE LTD identified as the exclusive provider. This procurement aims to support risk and reliability assessments for key NASA programs, including Gateway, SLS, EM1, and Commercial Crew, by providing a license for unlimited users within the SMA Group and a full data download facility for a duration of 12 months. The license is crucial for maintaining timely access to vital data that underpins NASA's ambitious space exploration initiatives. Interested organizations must submit their qualifications by 1 p.m. CST on March 6, 2025, and can contact Cara Craft at cara.s.craft@nasa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for the acquisition of the FY25 Seredata Facility and Data Enterprise License Renewal for NASA's Johnson Space Center (JSC). The primary goal is to support risk and reliability assessments for key programs, including Gateway, SLS, EM1, and Commercial Crew. The requirement includes a license for unlimited users within the SMA Group encompassing a full data download facility for a duration of 12 months. Delivery is to be electronically made to NASA JSC, with attention to Warren Grant, and the required delivery date is set for March 17, 2025. The period of performance for this license extends from March 17, 2025, to March 17, 2026, indicating a focus on timely access to vital data for ongoing NASA projects. This procurement represents an essential investment in the risk management infrastructure supporting NASA's ambitious space exploration initiatives.
    NASA/NSSC requires a sole source contract for the FY25 Seredata Facility and Data Enterprise License Renewal, with SLINGSHOT AEROSPACE LTD identified as the exclusive provider. This procurement falls under FAR Part 12 and Part 13, emphasizing the acquisition of commercial items and services. The procurement center will be NASA/Johnson Space Center, and interested organizations can submit their qualifications by 1 p.m. CST on March 6, 2025. These submissions will help determine if this effort can be pursued competitively, though the government retains discretionary power over competition decisions. Oral communications are not allowed for responses. The applicable NAICS Code is 541990, and contact Cara Craft for further information. This notice reflects NASA’s commitment to following procedural guidelines in acquiring necessary services while providing opportunities for interested vendors to express their capabilities.
    Lifecycle
    Title
    Type
    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.
    FY25 Invenio
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide Invenio software licenses under the FY25 Invenio project, as outlined in solicitation number 80NSSC25894148Q. The procurement includes a requirement for one Production License and one Test/Dev License, which are essential for efficiently indexing and querying medical data within NASA’s Information Management Platform for Analytics & Aggregation (IMPALA) suite. This software is critical for supporting the agency's healthcare data processing needs, particularly for users such as epidemiologists and biostatisticians. Quotes are due by March 6, 2025, and interested parties must register on the SAM website and comply with various federal regulations; for further inquiries, contact Cody Guidry at cody.d.guidry@nasa.gov.
    FY25 LaRC D2 Epsilon3 SW Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its contract for the Epsilon3 software, which is critical for the engineering needs of the Langley Research Center (LaRC). This procurement involves the renewal of maintenance for an on-prem deployment of Epsilon3, including 25 licenses for the Pro version, with a performance period from April 4, 2025, to April 3, 2026. The Epsilon3 software is integral to LaRC's Assembly, Integration, and Test (AI&T) processes, supporting digital transformation and ensuring project efficiency. Interested vendors may submit their qualifications by March 6, 2025, at 7 a.m. Central Standard Time, although the government retains discretion over whether to open the procurement to competitive bidding. For further inquiries, contact Procurement Specialist Shanna Patterson at shanna.l.patterson@nasa.gov.
    Bentley AutoPIPE Perpetual License & SELECT Sub
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Bentley AutoPIPE Perpetual License along with a SELECT Subscription for pipe stress analysis at the Langley Research Center's High Temperature Wind Tunnel. This procurement is crucial for maintaining compatibility with existing software systems used at the facility, ensuring efficient project management and access to historical data. The contract is set aside for small businesses, with bids due by February 19, 2025, at 4:00 p.m. CT, and interested vendors must be registered on SAM.gov. For inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov, with an estimated delivery period of twelve months following the award date.
    Hitachi S-5200 SEM Service Contract
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to establish a sole source service contract with Hitachi High-Tech America, Inc. for the maintenance and operational support of the Hitachi S-5200 Scanning Electron Microscope (SEM) at the Langley Research Center in Hampton, Virginia. This contract, which will run from April 5, 2025, to April 4, 2026, is critical for ongoing research in materials processing and analysis, particularly in the characterization of nanomaterials. Interested organizations are invited to submit their qualifications by 7 a.m. CST on March 6, 2025, to assess potential competition, although the government retains the discretion to proceed with the sole source procurement. For further inquiries, Shanna Patterson can be contacted at shanna.l.patterson@nasa.gov.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
    Astral Materials Parabolic Flight Investigation of Silicon Semiconductor Growth
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to issue a sole source contract to ASTRAL FORGE, LLC for the Astral Materials Parabolic Flight Investigation of Silicon Semiconductor Growth. This initiative aims to advance semiconductor manufacturing capabilities through microgravity-assisted crystal growth, utilizing parabolic flight tests to validate hardware and key parameters necessary for silicon crystal production in space. The project is aligned with the "CHIPS for America" initiative and emphasizes the importance of materials science for aerospace applications, with a focus on developing a furnace capable of high-temperature silicon processing. Interested parties may submit their qualifications by March 5, 2025, at 1 p.m. CST, with Cara Craft as the primary contact for submissions at cara.s.craft@nasa.gov.
    NetApp DS212C HW Accessories/Services & ONTAP SW
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking vendors to provide hardware and software services, specifically for the NetApp DS212C Storage Shelf and ONTAP software, to replace aging disk drives at the Johnson Space Center (JSC) in Houston, Texas. The procurement includes various components such as cables, a rail kit, empty storage shelves, and drive packs, with a total requirement of 36 drive packs and 8 storage shelves, emphasizing the need for modern storage solutions to support NASA's data management capabilities. Interested vendors must submit their quotes by March 3, 2025, ensuring compliance with federal regulations, and address any technical inquiries by February 28, 2025, to Cara Craft at cara.s.craft@nasa.gov.
    Concurrent Real-Time Maintenance Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Concurrent Real-Time Maintenance Renewal, aimed at securing maintenance services for critical hardware and software systems at the NASA Ames Research Center. This procurement is specifically for brand-name services related to the iHawk System, NightStar Tools software, and the RedHawk Frequency-Based Scheduler, ensuring continued operational support and functionality of these essential systems. The maintenance renewal period is set from February 26, 2025, to February 25, 2026, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in compliance with federal regulations. Interested bidders should contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details and must register in the System for Award Management (SAM) to submit their proposals.
    NASA Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation, aimed at developing innovative technologies that benefit both NASA missions and broader societal needs. Proposals must demonstrate technical feasibility, relevance to NASA's objectives, and a clear commercialization strategy, with funding capped at $150,000 for a 13-month period. This solicitation emphasizes the importance of collaboration with research institutions and encourages participation from socially and economically disadvantaged groups, while also requiring compliance with federal regulations and security protocols. Interested parties should submit their proposals by March 10, 2025, and can reach out to Kenneth E. Albright at Agency-SBIR-STTRSolicitation@mail.nasa.gov or by phone at 228-813-6127 for further inquiries.