Commercial SmallSat Data Acquisition (CSDA) Program Indefinite Delivery Indefinite Quantity (IDIQ) On-Ramp 2 - Request for Proposals (RFP)
ID: 80HQTR25R7003Type: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA HEADQUARTERSWASHINGTON, DC, 20546, USA

NAICS

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

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is inviting proposals for the Commercial SmallSat Data Acquisition (CSDA) Program Indefinite Delivery Indefinite Quantity (IDIQ) On-Ramp 2, under solicitation number 80HQTR25R7003. The primary objective of this procurement is to acquire earth observation data and related services from commercial sources to support NASA's Earth Sciences Division, enhancing existing data with higher resolutions and increased temporal frequency. This initiative is crucial for advancing NASA's Earth science research and applications, enabling broader dissemination of commercial data through government-defined End User License Agreements (EULAs). Proposals are due by September 5, 2025, at 10 AM EST, and interested parties should direct inquiries to Jasmine Jett at jasmine.n.jett@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA's Earth Science Division (ESD) is issuing RFP No. 80HQTR25R7003 for a Multiple Award Contract, Indefinite Delivery/Indefinite Quantity (IDIQ) for the Commercial Smallsat Data Acquisition (CSDA) Program. The program aims to acquire commercial Earth observation data from small-satellite constellations to augment and complement NASA's existing Earth science research and application activities. Vendors must provide a comprehensive catalog of their data products, including metadata, cadence, latency, coverage, and usage policy. The satellites must be in Low Earth Orbit (LEO) or higher, providing consistent global or near-global measurements, and data must cover at least nine continuous months since June 2016. NASA requires End User License Agreements (EULAs) for broad data dissemination and shareability with U.S. government agencies and partners. Deliverables include data access via a secure HTTPS location with specific bandwidth and system capabilities. Professional services and support for data evaluation, reformatting, and metadata issues may also be required. The contract emphasizes adherence to NASA's open data sharing policies.
    This government file, Attachment B to RFP No. 80HQTR25R7003, outlines three distinct End User License Agreements (EULAs) for data products purchased under the Commercial Smallsat Data Acquisition (CSDA) Program: Public Release, U.S. Government Plus, and U.S. Government. Each EULA defines 'Licensed Material,' 'Licensed User,' 'Value-Added Product,' and 'Derived Product,' and grants the U.S. Government (Licensee) a perpetual, non-exclusive, non-transferable, irrevocable, worldwide license to the Licensed Materials. Key differences lie in the scope of sharing rights: the Public Release EULA allows for unrestricted public dissemination, while the U.S. Government Plus and U.S. Government EULAs specify various government entities, contractors, and in the case of the Plus version, foreign governments and international partners, as authorized recipients. All EULAs include provisions for copyright preservation, limited warranties, liability disclaimers, and clauses regarding NASA-produced data and potential conflicts with USG regulations. They also prohibit the Licensee from assigning or transferring the agreement without the Licensor's consent.
    The document, RFQ No. 80HQTR25R7003, is an attachment labeled "Attachment C" titled "Digital Catalog" and "COMPREHENSIVE DIGITAL CATALOG (TBP)". This attachment is part of a Request for Quotation (RFQ) process, indicating that it outlines requirements or specifications for a digital catalog. The phrase "TBP" likely stands for "To Be Provided" or "To Be Published," suggesting that the comprehensive digital catalog is either under development or its detailed content will be specified later. The mention of "Contract No. TBD" further supports that this is a preliminary document within a procurement context, with the contract number yet to be determined. This file serves as a foundational component for vendors responding to the RFQ, informing them about the digital catalog deliverable.
    This document, Attachment E of RFP No. 80HQTR25R7003, details the Contract Data Requirements List (CDRL) for the NASA CSDA Program. It defines requirements for contractual data deliverables from the contractor to the government, emphasizing that Federal Acquisition Regulation (FAR) or NASA FAR Supplement (NFS) clauses take precedence over Data Requirements Descriptions (DRDs). The document categorizes DRDs into three types based on NASA approval requirements and outlines general requirements for subcontractor data, data distribution, electronic format (primarily Adobe Acrobat PDF and native formats), email transmittal with specific package content, document identification, and data restriction markings. It also provides procedures for document revisions and the maintenance of the CDRL/DRDs through contract modifications.
    The U.S. Commercial Remote Sensing Policy, authorized on April 25, 2003, establishes a new national policy for commercial remote sensing space capabilities, superseding a 1994 directive. Its main goal is to advance U.S. national security and foreign policy interests by maintaining leadership in remote sensing space activities and sustaining the U.S. remote sensing industry. The policy encourages maximum reliance on U.S. commercial capabilities for military, intelligence, foreign policy, homeland security, and civil needs, while focusing government systems on needs not met commercially. It emphasizes a timely regulatory environment for licensing and exports, enabling U.S. industry to compete globally while protecting national security. The Secretary of Commerce, through NOAA, licenses and regulates the industry, with the Secretaries of Defense and State determining national security and foreign policy conditions. The policy outlines guidelines for U.S. government use of commercial capabilities, foreign access to U.S. systems, and government-to-government relationships, all aimed at fostering partnerships and cooperation consistent with national security objectives.
    NASA Goddard Space Flight Center invites proposals for the Commercial SmallSat Data Acquisition (CSDA) Program – On-Ramp 2, Solicitation No. 80HQTR25R7003. This Request for Proposal (RFP) aims to acquire earth observation data and related services from commercial sources for NASA's Science Mission Directorate, Earth Sciences Division. The program emphasizes acquiring data from commercial constellations to complement NASA's Earth observations with higher resolutions, increased temporal frequency, or novel capabilities. Adherence to non-negotiable government-defined End User License Agreements (EULAs) for broad dissemination and shareability is required. This is a full and open competition with NAICS code 541990 and a small business size standard of $19.5M. The acquisition will result in a Multiple-Award, Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Firm Fixed Price task orders, effective through November 15, 2028. Proposals are due by August 29, 2025, at 10:00 AM EST, submitted via NASA’s Enterprise File Sharing and Sync Box (EFSS Box). A virtual industry information session will be held on August 14, 2025, with questions due by August 11, 2025.
    This government file outlines the terms and conditions for federal Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, focusing on commercial products and services. It details contract clauses such as inspection, payment, termination, and safeguarding of information systems. The document specifies ordering procedures, including minimum and maximum order limitations ($50K minimum, $476M cumulative maximum), and the effective ordering period through November 15, 2028. It also covers security requirements for unclassified information technology resources, export licenses, and limitations of funds for fixed-price contracts. Procedures for task order issuance, competition, and evaluation are thoroughly described, including phases for initial evaluation and sustained purchases. The file emphasizes compliance with U.S. export control laws and the 2003 U.S. Commercial Remote Sensing Policy, prioritizing domestic firms where technically acceptable. Reporting requirements, such as monthly progress and final task order reports, are also included. Additionally, it outlines the process for on-ramping new vendors to increase competition and allows existing vendors to propose new data products.
    The document, "Contract Price List (TBP)" (Attachment D to RFQ No. 80HQTR25R7003), is a template for a government contract price list. It is designed to specify pricing for various products based on attributes such as scene size, resolution, spatial coverage, and mode of acquisition. The list differentiates between prices for archive scenes and new scenes, and includes fields for the base of application. It also incorporates different End User License Agreements (EULAs), specifically USG EULA, USG PLUS EULA, and Public Release EULA, indicating varying usage rights. The document's structure, with placeholders for a contract number and date, suggests its use in federal government Requests for Proposals (RFPs) to detail pricing for goods or services, likely related to data or imagery products.
    The "CSDA: On-Ramp 2_RFP Q&A" document addresses questions regarding NASA's multi-contract award for the CSDA program, focusing on updates to contractor capabilities and technical requirements. For existing vendors, adding new capabilities or products requires submitting an updated Price List (Attachment D) and an Algorithm Theoretical Based Document (ATBD) for each product. The RFP is not exclusively for small satellite operators but is open to vendors with at least one satellite in LEO, GEO, HEO, or MEO orbit, demonstrating nine months of continuous observation capability after June 1, 2016. This is a new multi-contract award, not a follow-on to previous CSDA contracts, indicating an expansion of the program rather than a continuation with an incumbent.
    This government file addresses questions regarding NASA’s CSDA On-Ramp 2 RFP, primarily focusing on updates to contractor capabilities and proposal submission requirements. It clarifies that current CSDA contract holders proposing new constellations or sensor capabilities must submit a Technical Volume, updated Price List (Attachment D), and updated Comprehensive Digital Catalog (Attachment C). Those proposing only new data products on existing constellations need to submit an updated Price List, Digital Catalog, and a supplemental technical document. All new Level 1, 2, and 3 data products require an Algorithm Theoretical Basis Document (ATBD) seven days post-award. The RFP also specifies that the due date for submittals is September 5th at 10 AM EST, and that the ATBD will not count towards page limits if submitted separately. The solicitation is inclusive of all FAR requirements, with no other clauses applying unless explicitly stated. The file clarifies data requirements, metrics of interest, and acceptable data formats, while also confirming that software products are not permitted under On-Ramp 2.
    NASA is issuing a Request for Proposal (RFP) for the Commercial SmallSat Data Acquisition (CSDA) Program, aimed at acquiring earth observation data from commercial sources for its Earth Sciences Division. This initiative seeks to complement existing NASA data with high-resolution and enhanced-frequency data from commercial satellite constellations. A streamlined approach will allow for compliance with government-defined End User License Agreements (EULAs) to facilitate data sharing among government agencies. The solicitation is categorized as a full and open competition with a small business size standard of $19.5 million. Notable requirements include compliance with the 2003 U.S. Commercial Remote Sensing Policy and satisfaction of all proposal requirements upon submission. Successful bidders will enter into a Multiple-Award, Indefinite Delivery Indefinite Quantity (IDIQ) Contract with performance expected until November 15, 2028. Proposals are to be submitted electronically via NASA’s EFSS Box by August 29, 2025. A virtual Industry Information Session will provide insights into the RFP, while any inquiries should be directed to the designated Contracting Officer, Jasmine Jett. This RFP does not obligate NASA to pay proposal preparation costs or guarantee contract awards.
    The document outlines the contract terms and conditions for commercial products and services under federal procurement, specifically focusing on an indefinite quantity contract issued by NASA. It details various sections pertaining to contract administration, including provisions related to inspection, acceptance, payment, and dispute resolution. Key elements include the rights of the government regarding contract amendments, termination clauses, and contractor responsibilities such as invoice submission and safeguarding of information systems. Specific clauses also emphasize compliance with federal laws, export regulations, and the criteria for task ordering procedures. Additionally, the document discusses the on-ramping of contractors and reports of work, highlighting NASA's commitment to fostering competition and maintaining current contractor capabilities. Overall, the document serves as a comprehensive framework for ensuring accountability, compliance, and effective management of government contracts.
    The RFP No. 80HQTR25R7003 outlines NASA's Commercial Smallsat Data Acquisition (CSDA) Program, seeking multiple contractors to supply commercial Earth observation data from small satellite constellations. This initiative aligns with NASA's goal to enhance Earth science research through advanced remote sensing capabilities. The CSDA Program aims to evaluate data that complements NASA’s existing observations, providing better spatial and temporal resolution to support scientific inquiries. Vendors must supply a comprehensive catalog of their Earth observation products, including metadata and associated information, and deliver data reflecting consistent global measurements. Additionally, the program emphasizes data accessibility, requiring end user licenses to facilitate data sharing among U.S. government entities. Contractors will be tasked with professional services, such as supporting NASA in data calibration, metadata management, and producing user metrics. The RFP mandates adherence to data rights ensuring the U.S. Government retains rights for scientific use, while highlighting the importance of public access to previously funded data. The document concludes by establishing security protocols and the lack of government-supplied resources, underscoring that all work will be conducted under specified regulations.
    The End User License Agreement (EULA) outlined in this document establishes a binding agreement between the United States Government (USG) and a contractor within the Commercial Smallsat Data Acquisition (CSDA) Program. It defines key terms such as "Licensed Material," "Licensed User," "Value-Added Product," and "Derived Product," clarifying usage rights and ownership. The agreement grants the USG perpetual, non-exclusive rights to utilize, modify, and share licensed materials without restrictions, while preserving copyright markings. Specific rights include unlimited sharing across government levels, including foreign governments and NGOs, with stipulations on avoiding open source licensing or commercial misuse. NASA-originated data retains its character, providing the USG unlimited rights over it. The document also outlines limited warranty disclaimers and liability limits for the licensor, emphasizing the USG's right to pursue legal remedies for fraud. Any conflicting provisions with USG regulations are superseded to comply with applicable laws. Overall, this EULA fosters collaboration between public agencies and contractors while ensuring proper use and dissemination of licensed materials within a structured legal framework.
    The document pertains to RFQ No. 80HQTR25R7003 and includes Attachment C, detailing a Comprehensive Digital Catalog aimed at addressing procurement requirements for a federal initiative. The catalog aims to provide a structured and comprehensive listing of digital products or services applicable to the government sector. While specific details regarding the contents of the catalog are not conveyed in this excerpt, the notation “Contract No. TBD” suggests that the catalog is linked to a future contract yet to be determined. This document serves as part of the formal request for quotations (RFQ) process within government operations, which is critical for transparency and accountability in federal spending. Overall, the Comprehensive Digital Catalog is an integral component of the procurement process, facilitating efficient and effective acquisition of needed digital resources within the federal government framework.
    This document outlines the Contract Data Requirements List (CDRL) for RFP No. 80HQTR25R7003 under the NASA CSDA Program. It specifies the data deliverables that contractors must provide to the government, detailing requirements in terms of content, format, and submission procedures. Each Data Requirements Description (DRD) is classified into three types based on the necessity for NASA's approval before release. The prime contractor bears responsibility for extending data requirements to subcontractors, ensuring that deliverables follow designated electronic formats, including PDF and other native files. Key procedures include the marking of data restrictions, revision protocols for documents, and specific transmittal requirements to enhance clarity and security in data handling. Procedures are outlined for initiating changes to deliverables, and revisions to documentation must be accurately tracked. The structure of the document promotes efficiency and compliance with regulatory guidelines, emphasizing the necessity for clear communication between NASA and the contractors. Overall, this framework establishes standards for the management and delivery of critical contractor data aligned with government expectations.
    On April 25, 2003, the U.S. government established a new policy for commercial remote sensing space capabilities, superseding a previous directive from 1994. This policy aims to guide licensing, operation, foreign access, and government use of U.S. commercial remote sensing systems, ensuring national security while fostering the commercial sector's growth. The core objective is to leverage U.S. commercial remote sensing for military, intelligence, and civil needs, promoting both economic growth and technological advancement. The Secretary of Commerce, through NOAA, oversees regulation and licensing, while the Department of Defense and State provide security and foreign policy oversight. The policy encourages the development of competitive U.S. systems, allowing industry to bid for government contracts primarily when commercial alternatives are insufficient. Guidance for foreign exports of remote sensing technology emphasizes the balance of economic interests with security considerations, generally favoring non-sensitive exports. The U.S. government aims to foster international partnerships while limiting competition with the private sector unless national security necessitates such actions. Implementing this policy requires agencies to align with presidential guidance and available funding, with specific actions mandated within 120 days of the directive's issuance.
    The document serves as an attachment to RFQ No. 80HQTR25R7003, detailing a Contract Price List for a government acquisition related to imagery or data products. It outlines pricing structures for various scenes categorized by archive or new, alongside specifications such as scene size, resolution, and mode of acquisition. There are price distinctions for different types of licenses, including USG EULA, USG PLUS EULA, and Public Release EULA. The prices are classified under a base application, suggesting multiple pricing tiers based on the intended use of the scenes. This document aims to provide prospective bidders with transparent pricing guidelines that facilitate competitive offers and compliance with federal acquisition standards. Overall, it underscores the importance of clarity in pricing for government contracts, aiming to streamline the procurement process.
    Amendment No. 02 to Solicitation 80HQTR25R7003 provides critical updates for offerors. It outlines methods for acknowledging receipt of amendments, emphasizing that failure to do so by the specified deadline may lead to offer rejection. The amendment also clarifies how offerors can modify previously submitted offers. A key purpose of this amendment is to offer guidance for CSDA contract holders and to update the Box link for proposal submissions. It specifically directs offerors to a separate document for guidance on submitting new data products and mandates that all proposals for this solicitation must be submitted via NASA’s Enterprise File Sharing and Sync Box (EFSS Box) using the provided URL.
    This document is an amendment to a solicitation/modification of contract, specifically Standard Form 30 (SF 30), used by government agencies like NASA. Its primary purpose is to provide instructions and details regarding changes to federal government RFPs and contracts. Key information includes methods for offerors to acknowledge amendments (e.g., completing items 8 and 15, returning copies, or separate communication), with a warning that failure to acknowledge may result in offer rejection. The document outlines procedures for modifying existing offers, emphasizing that changes must reference the solicitation and amendment numbers and be received before the opening hour. It details the various sections of the SF 30 form, explaining how to fill out fields such as Contract ID Code, Effective Date, Issued By, Name and Address of Contractor, and Accounting and Appropriation Data. Crucially, the amendment corrects the Final RFP submission date to August 29, 2025, and revises the anticipated contract award date for On-Ramp 2 from December 2025 to January 2026. It also clarifies that, unless explicitly changed, all terms and conditions of the original document remain in full force and effect. The contracting officer's signature is not always required for solicitation amendments but is typically affixed last on supplemental agreements.
    This government document outlines the procedures following an amendment to a solicitation, emphasizing the acknowledgment of receipt by contractors. Offers must confirm receipt of the amendment through specific methods, including completing designated items or sending separate communication referencing solicitation numbers. Failure to acknowledge may result in offer rejection. Key updates in this amendment include the final RFP submission date changing to August 29, 2025, and the anticipated contract award date revised to January 2026 from December 2025. The document provides structured guidance on completing requisite forms, detailing requirements depending on the nature of modifications, and clarifying that additional signatures are not mandatory for solicitation amendments. Overall, the amendment serves to streamline the submission process for contractors and ensure clarity regarding deadlines and procedures related to the solicitation for the On-Ramp 2 project by NASA’s Goddard Space Flight Center.
    The document, "CSDA - Final RFP Industry Questions," addresses various questions and clarifications regarding a federal government Request for Proposal (RFP) related to the acquisition of Earth observation data and services. Key areas of discussion include submission requirements and deadlines for the Information Technology Security Management Plan (ITSMP), clarification on page limitations for proposals, modifications to End-User License Agreements (EULAs), and guidelines for pricing and data delivery. The document also provides insights into NASA's expectations for data formats, vendor qualifications, and the handling of intellectual property rights. Several questions resulted in
    The "ORDER FOR SUPPLIES OR SERVICES" form, Optional Form 347, is a standardized federal document for procurement of supplies and services. It details essential information such as order date, contract and order numbers, requisition references, and issuing and shipping offices. The form specifies the type of order (purchase or delivery), accounting data, and business classifications (e.g., small, disadvantaged, women-owned). It includes sections for itemized schedules, quantities, unit prices, and total amounts. Crucially, it outlines billing instructions, including options for contractors to use the order as an invoice or submit a separate one with required details. The form also covers shipping points, gross shipping weight, invoice information, and provisions for receiving reports and rejection documentation. It serves as a comprehensive record for federal agencies like NASA GSFC for ordering and tracking goods and services, ensuring compliance with procurement regulations.
    The provided document outlines a comprehensive template for an Algorithm Theoretical Based Document (ATBD), crucial for federal government RFPs, federal grants, and state/local RFPs. It details the required structure, from the title page with key points and author affiliations, to a detailed abstract and plain language summary. The ATBD mandates sections on introduction, historical context, scientific and mathematical theories with assumptions, and input/output variables. It also covers algorithm usage constraints, performance assessment including validation and uncertainties, and implementation details such as availability and data access. The document emphasizes the significance of the research, open research practices, acknowledgements, and proper referencing. The template ensures thorough documentation of algorithms, promoting clarity, reproducibility, and accessibility for a broad audience, including technical experts and the general public.
    The NASA Commercial Satellite Data Acquisition (CSDA) Program's document outlines guidelines for commercial partners to distinguish between a “New Science Product” and a “Product Version Update” of existing Earth observation data. A new product introduces novel geophysical variables or retrieval methods, while an update enhances an existing product without altering its core scientific content. The document provides sensor-specific guidance for SAR, hyperspectral, multispectral, precipitation radar, microwave sounders, carbon/methane sensors, thermal imagers, and optical sensors. It also details the required deliverables for both product version updates (e.g., detailed change logs, updated specifications) and new product proposals (e.g., full technical specifications, alignment with NASA research needs). This framework ensures commercial data aligns with NASA's Earth science objectives, promoting consistent data quality and interoperability.
    The "CSDA - Final RFP Industry Questions" document addresses various inquiries related to a government Request for Proposal (RFP) concerning the Information Technology Security Management Plan (ITSMP) and other requirements for vendors. Notably, it clarifies submission timelines, template formats, metadata inclusions, and pricing details. Key points include the necessity for vendors to submit the ITSMP with their proposals, the provision of an editable template for ease of completion, and the clarification that certain metadata components do not contribute to page limits in technical submissions. The RFP mandates that vendors comply with specific security and data management protocols, ensuring that deliverables can be effectively utilized by NASA. Additionally, it provides guidance on acceptable contracts and the implications of the End User License Agreements (EULAs) for vendors seeking to offer services. The document reflects NASA's commitment to transparency, responsiveness, and clarity in the proposal process while emphasizing the importance of adhering to established guidelines. Overall, it serves as a support mechanism for prospective bidders by addressing commonly posed questions and fortifying the proposal's structure and content requirements.
    The document outlines an order form for supplies or services within a federal procurement context, specifically intended for use by NASA. It includes essential data points such as order and contract numbers, requisition details, shipping and billing information, and the contractor's information. The order specifies the delivery of contract metadata, which is categorized under the item number and involves a single job at a price of $500. Additionally, it contains mandatory fields for identifying contractor classification, such as small business status and veteran-owned designations, ensuring compliance with federal contracting regulations. There are instructions for invoicing, allowing the contractor to use the order as an invoice if appropriately signed, emphasizing streamlined billing and payment protocols. Key areas include guidelines for the shipping process, invoicing instructions, and a section for reporting rejections of delivered items along with reasons for such rejections. The form facilitates accountability and clarity in procurement activities, ensuring the government meets its contractual obligations while also adhering to regulatory standards in vendor diversity and procurement processes.
    Amendment No. 03 to solicitation 80HQTR25R7003 revises the Final RFP submission date from August 29, 2025, to September 5, 2025, at 10 AM EST. It also updates the Statement of Work, specifically Section 2.0 Comprehensive Digital Catalogue, to require the delivery of associated Algorithm Theoretical Basis Documents (ATBD) for Level 1A and 1B products. Furthermore, RFP revisions include modifications to Section I.21 REPORTS OF WORK (IDIQ), changing "user including trend" to "user identification" in monthly progress report metrics. Lastly, the amendment revises the Proposal Preparation – General Instructions (Electronic Proposal Delivery) table, detailing page limitations and exclusions for various proposal components, such as a 25-page limit for the Technical Acceptability Standards.
    Similar Opportunities
    Research Opportunities for International Space Station (ISS) Utilization
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for research opportunities related to the utilization of the International Space Station (ISS). This initiative aims to enhance exploration technology demonstrations and National Lab utilization, as outlined in NASA Research Announcement (NRA) NNJ13ZBG001N, which remains open for submissions. The awarded contracts may vary in type, including commercial contracts, cooperative agreements, and grants, depending on the proposal's scope. Interested parties should contact Colleen Corbett or Audrey Montgomery for further information and are encouraged to monitor the NASA Solicitation and Proposal Integrated Review and Evaluation System (NSPIRES) for updates on submission deadlines and additional documents.
    FY26 Wave6 Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
    Next Space Technologies for Exploration Partnerships -3 (NextSTEP-3) Omnibus
    Buyer not available
    NASA's National Aeronautics and Space Administration is initiating the Next Space Technologies for Exploration Partnerships-3 (NextSTEP-3) Omnibus, aimed at fostering partnerships to advance technologies for human space exploration, particularly for lunar and Mars missions. This initiative invites proposals for studies, research, and technology development that align with NASA's Moon to Mars exploration strategy, with a focus on enabling long-term human presence throughout the solar system. The Omnibus is effective from September 27, 2024, to September 26, 2029, and will issue specific solicitations through BAA Appendices detailing research opportunities, eligibility criteria, and funding ranges, with awards potentially starting below $100K and exceeding several million dollars based on project scope. Interested parties can reach out to the NASA ESDMD Moon to Mars Program Office at HQ-NextSTEP-BAA@mail.nasa.gov for further information.
    Draft RFP and Pre-solicitation Synopsis: Engineering Services and Science Capability Augmentation (ESSCA) II
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center is seeking industry participation for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, which aims to provide engineering and scientific skills augmentation primarily for NASA's missions. This contract will encompass a range of services including technical oversight, engineering products for flight and science missions, and support for research and development activities, with a maximum potential value of $3.248 billion over a performance period extending from October 1, 2026, to July 31, 2035. Interested parties are encouraged to attend a virtual industry day on December 10, 2025, and submit comments on the Draft Request for Proposals (DRFP) by October 20, 2025, to the designated contact, Sadie Moulton, at sadie.m.moulton@nasa.gov.
    Communique Licenses Renewal and Associated Services
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    Payloads and Research Investigations on the Surface of the Moon (PRISM) Appendix F.10 in NASA Research Announcement (NRA) RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the Payloads and Research Investigations on the Surface of the Moon (PRISM) program, as outlined in the Research Opportunities in Space and Earth Sciences (ROSES) 2025 announcement. This initiative aims to develop and deliver science-driven instruments and technology demonstration payloads to lunar landing sites, addressing various scientific goals and technology objectives from NASA's Science Mission Directorate, Exploration Systems Development Mission Directorate, and Space Technology Mission Directorate. The program is critical for advancing lunar exploration and commercial development, with payloads to be delivered via Commercial Lunar Payload Services (CLPS) landers, excluding the North Pole region. Interested parties must submit Step-1 proposals by December 12, 2025, and Step-2 proposals by February 20, 2026, while inquiries can be directed to Ryan Watkins at HQ-PRISM@mail.nasa.gov.
    SNA Software LLC. Limited Source Justification
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    National Snow and Ice Data Center (SIDAAC) - JOFOC
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking to procure services related to the National Snow and Ice Data Center (SIDAAC) as part of its Earth Observing System Data and Information System (EOSDIS). The objective of this procurement is to support interdisciplinary research that examines the interactions among various Earth systems, including the atmosphere, oceans, ice sheets, and land surfaces, thereby enabling scientists to measure global climate changes and inform decision-making for government and organizations worldwide. The SIDAAC plays a crucial role in advancing NASA's Earth science programs, which are vital for understanding climate dynamics. Interested parties can reach out to Carlos E. Natera at carlos.natera@nasa.gov or by phone at 301-614-6996 for further information.
    LaRC Abaqus Software Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.