Simulation and Advanced Software Services II (SASS II)
ID: 80JSC025R7003Type: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA JOHNSON SPACE CENTERHOUSTON, TX, 77058, USA

NAICS

Custom Computer Programming Services (541511)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    NASA's Johnson Space Center is seeking proposals from small businesses for the Simulation and Advanced Software Services II (SASS II) contract, aimed at providing specialized services in space-based robotics, avionics, and flight software. The contract, structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with both Cost-Plus Fixed-Fee and Firm-Fixed Price task orders, will support critical NASA programs such as the International Space Station, Orion, Gateway, and Artemis over a five-year period. Interested offerors must submit their proposals by March 13, 2025, and are encouraged to attend a pre-proposal conference on February 18, 2025, to clarify any questions regarding the solicitation. For further inquiries, potential bidders can contact Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides templates and instructions for Prime Offerors to submit their proposed labor resources and costs related to five Task Orders (STOs) for a federal government project. Each STO requires a breakdown of Standard Labor Categories (SLCs) detailing Full-Time Equivalents (FTEs) and Non-Labor Resources (NLR) costs for Contract Year 1. The templates guide Offerors in summarizing their capabilities, including the skill mix, incumbent retention, and compensation rates for retained incumbents. The Technical Resources Summary Template (TRST) consolidates all proposed resources and costs from different Task Orders, emphasizing the need for accurate calculations and adherence to guidelines. The document underlines the importance of self-calculating formulas and detailed breakdowns to ensure transparency and accountability in the proposal process. Overall, the purpose is to assist Offerors in providing comprehensive and organized submissions that align with federal standards, ensuring proper assessment of resources and costs in the context of government RFPs. The detailed structure encourages meticulous planning and reporting, highlighting the accountability of Offerors in managing federal contracts.
    The Technical Resources Template (TRT) outlines the process for offerors to submit proposals for various task orders within a government contracting framework. It provides detailed instructions for quantifying labor and non-labor resources necessary for Project STOs in Contract Year 1. Each task order includes specific deliverables contributing to different simulations and analyses related to lunar exploration, emphasizing combined resources from prime and subcontractors. The template mandates clear identification and categorization of Standard Labor Categories (SLCs) including program managers, engineers, and technical experts, along with required Full-Time Equivalents (FTEs) and cost estimations for non-labor resources. Offerors are to retain a percentage of incumbents at current rates to maintain workforce continuity, providing further detail on escalation rates and historical data sources for these evaluations. The document serves as a comprehensive guide ensuring that proposals align with government expectations for resource allocation, financial transparency, and operational readiness in complex technical environments, promoting collaboration and resource efficiency in federally funded projects.
    The document outlines the responsibilities and structure of a federal contract related to various simulation and software services, specifically within the fields of robotics, avionics, and space-based modeling. It details the role of the prime contractor and multiple subcontractors engaged in providing comprehensive simulation services under a Statement of Work (SOW). Key areas of focus include management systems (contract, information, safety, and health), and advanced software technologies. It specifies that services will cover robotics and biomechanics simulations, vehicle modeling, astronomical surface simulations, as well as enhanced human-computer interactions and support software for avionics missions. The listing suggests a collaborative team approach among multiple specialized contractors to deliver expertise and resources necessary for project execution. Overall, the filing reflects the government's commitment to advancing technological capabilities through strategic partnerships and innovative solutions within the federal contracting landscape.
    The document presents a pre-award survey assessment of a prospective contractor's accounting system, which includes recommendations for follow-up reviews post-contract award. The main purpose is to evaluate whether the contractor's system adheres to Generally Accepted Accounting Principles (GAAP) and meets federal regulations, specifically FAR guidelines for cost principles. Key components of the assessment include segregation of costs, contract identification, labor timekeeping, and the ability to generate reliable financial data for contract pricing. The evaluation checklist ensures the system is fully operational, properly records costs, and can support financial reporting requirements. The document emphasizes the necessity of an acceptable accounting framework to facilitate effective contract management and compliance with federal standards, ultimately safeguarding taxpayer interests in government procurement processes.
    The document outlines a Past Performance Matrix relevant to government RFPs that focus on various Statement of Work (SOW) sections, specifically concerning contract and information management, safety and health, simulation services, and advanced software services. It provides a structured format for offerors to indicate their past performance by filling in a matrix with roles such as Prime, Program Manager, Subcontractor, and Parent Company. Offerors are instructed to denote their experience across specific SOW tasks by placing marks in the indicated cells. The matrix's design aims to ensure consistency with corresponding proposal data while evaluating team members’ relevant past performance effectively. This document serves as a crucial tool for the assessment of capabilities and prior experience when responding to federal funding opportunities and local contracting requirements, emphasizing thoroughness and accuracy in demonstrating relevant experience prior to bidding on projects.
    NASA’s Lyndon B. Johnson Space Center issued Request for Proposal (RFP) No. 80JSC025R7003 for Simulation and Advanced Software Services II (SASS II), inviting small businesses to submit proposals. The contract aims to deliver specialized services for space-based robotics, avionics, and flight software, primarily supporting various NASA programs like the International Space Station, Orion, Gateway, and Artemis. The contract is structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with both Cost-Plus Fixed-Fee (CPFF) and Firm-Fixed Price (FFP) task orders, effective over five years. Offerors are informed of a phased 30-day transition, existing government property access, and organizational conflict of interest considerations. The proposal deadline is March 13, 2025, and inquiries must be directed to the designated contracting officer. A pre-proposal conference is scheduled for February 18, 2025, to clarify solicitation changes made from a previous draft. The RFP emphasizes adherence to evolving regulations regarding Artificial Intelligence and Machine Learning, ensuring compliance with governmental standards. This procurement represents a critical step in maintaining NASA's operational and technological capabilities for advanced space exploration and research.
    The document outlines Amendment 1 to the Request for Proposals (RFP) for Simulation and Advanced Software Services II (SASS II) identified as contract number 80JSC025R7003. The amendment details critical updates to pricing tables, especially the Fully Burdened Rate Table, and stipulates that acknowledgment of this amendment is mandatory for proposal acceptance. Key changes include the replacement of "Intern" with "Engineering Assistant" in the labor category, modifications to various pricing and cost tables, and the establishment of a deadline for proposal submission by March 13, 2025. The document provides a comprehensive overview of the contract type—Indefinite Delivery Indefinite Quantity (IDIQ)—and services required, which encompass simulation model development for various NASA programs and advanced software services, including integration and validation support. The structure follows a systematic format detailing sections on contract clauses, descriptions of the work, management plans, and compliance requirements. Strict adherence to pricing, safety, and operational protocols is emphasized to ensure quality and efficiency. This amendment reflects the government's intent to optimize resource allocation for critical aerospace missions.
    The NASA Lyndon B. Johnson Space Center held a Preproposal Conference on February 18, 2025, for the Simulation and Advanced Software Services II (SASS II) contract, outlining objectives, safety requirements, and procurement guidelines. Key topics included project orientation, organizational goals, and submission guidelines for proposals, with a deadline for questions set for February 19, 2025, and proposals due on March 13, 2025. Notable points emphasized the importance of strict adherence to RFP guidelines, safety protocols, and the submission of financial and technical documentation to ensure eligibility for contract award.
    The solicitation number 80JSC025R7003 pertains to the procurement titled Simulation and Advanced Software Services II (SASS II). The document outlines various types of inquiries and comments specifically addressing aspects of the request, including grammatical issues, clarity, and requests for additional information. It highlights potential concerns over unnecessary or inefficient requirements, unique terms and conditions, sample task order requirements, technical scenarios, and specific sections of the proposal instructions and evaluation criteria (Sections L and M). Additionally, it covers safety, occupational health, security, environmental considerations, and export controls. This solicitation aims to gather input to refine the requirements and ensure a comprehensive understanding among potential bidders, thereby facilitating the procurement of effective simulation and advanced software services for government needs.
    The "Total Compensation Rate Build-up Form" is a required template for Prime Contractors and Major Subcontractors participating in federal government Requests for Proposals (RFPs). This form is essential for detailing the components of proposed fringe benefits across various labor categories, including Program Managers, Engineers, and Technical Experts. The document outlines five major categories of fringe benefits: (1) Paid Leave, encompassing vacation, holiday, and sick leave; (2) Supplemental Pay, such as overtime and bonuses; (3) Insurance, which includes life and disability coverage; (4) Retirement and Savings, specifically defined benefits and contributions; and (5) Legally Required Benefits, including Social Security and Medicare. Each labor category has corresponding pay rates that must be detailed, providing a comprehensive total hourly compensation rate that includes both direct labor and fringe benefits. This structured reporting is intended to ensure transparency and compliance in the budgeting process for government contracts, although it will not be evaluated under cost/price criteria. The document exemplifies the government's focus on equitable compensation and accountability in contractor proposals.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    NRESS III Draft RFP 80HQTR25R7002
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the NRESS III Draft Request for Proposal (RFP) 80HQTR25R7002, aimed at providing research and education support services, including professional and IT services for NASA's peer review program. The contract, which is set aside for 8(a) businesses, will facilitate the management of research proposals, outreach programs, and compliance with federal grant policies, ensuring efficient contract management and adherence to NASA's operational standards. The anticipated contract value ranges from a minimum of $5 million to a maximum of $365,208,886, with proposals due approximately 30 days after the final RFP release on April 29, 2025. Interested parties can direct inquiries to Chanda Cannon at chanda.m.cannon@nasa.gov or Jasmine N. Jett at jasmine.n.jett@nasa.gov.
    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.
    NASA Small Business Innovation Research (SBIR) Phase I Fiscal Year 2025
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Innovation Research (SBIR) Phase I for Fiscal Year 2025, aimed at fostering innovative technologies that support NASA's missions. Eligible small businesses, defined as those with 500 or fewer employees, are required to submit proposals that demonstrate feasibility and potential for commercial viability, with a maximum funding of $150,000 available for a six-month project duration. This initiative is crucial for advancing aerospace technology and enhancing the broader economy, as it emphasizes sound business practices and market readiness. Proposals must be submitted via the Proposal Submissions and Award Management System (ProSAMS) by March 10, 2024, and interested parties can reach out to Kenneth E. Albright at Kenneth.E.Albright@nasa.gov or Steven Brockway at steven.m.brockway@nasa.gov for further information.
    Astrobee Free-flying Robotics System Operations and Sustaining Engineering Unfunded Space Act Agreement to Transfer System Responsibility to Commercial Provider Announcement for Partnership Proposals
    Buyer not available
    NASA's Johnson Space Center is soliciting proposals for an Unfunded Space Act Agreement (SAA) to transfer operational responsibility of the Astrobee free-flying robotics system to a commercial provider. The objective is to enable ongoing utilization and engineering support of the Astrobee robots aboard the International Space Station (ISS), which play a crucial role in assisting researchers with scientific explorations and STEM initiatives. This initiative is significant for advancing commercial space capabilities and fostering private sector involvement in space exploration, while ensuring the continuity of research and operational capabilities in microgravity environments. Interested parties must be U.S.-based entities, submit proposals that demonstrate commercial and technical feasibility, and secure their operational funding independently, as NASA will not provide additional financial support. For further inquiries, contact Ashley Chaves at ashley.h.chaves@nasa.gov or call 281-792-7921.
    Siemens Simcenter Flomaster Fluid System & Dynamic AP SW Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its licenses for the Siemens Simcenter Flomaster Fluid System and Dynamic AP Software for fiscal year 2025. This procurement is essential for ongoing engineering support of Rocket Propulsion Test Projects at the Stennis Space Center, where the software's unique capabilities are critical for maintaining operational efficiency and project integrity. The contract period is set from January 1, 2025, to December 31, 2025, with responses to the solicitation due by February 25, 2025. Interested small businesses must register at SAM.gov and direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.
    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.
    Human Health and Performance Contract 2 (HHPC2)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Human Health and Performance Contract 2 (HHPC2), aimed at enhancing crew health, safety, and productivity in support of human spaceflight activities. This procurement will involve compliance with a range of technical and operational standards, including rigorous performance evaluations and adherence to applicable documents related to human health and performance within aerospace contexts. The contract, structured as a Cost-Plus-Award-Fee (CPAF) arrangement, is set to commence on November 1, 2025, and will primarily take place at NASA's Johnson Space Center in Houston, Texas. Interested parties should direct inquiries to primary contact Yaranet Marquez at yaranet.marquez-1@nasa.gov or secondary contact Joseph Ocampo at joseph.t.ocampo@nasa.gov, with the final Request for Proposal (RFP) expected around December 6, 2024.
    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 can benefit both NASA missions and broader societal needs. Proposals must demonstrate technical feasibility, relevance to NASA's objectives, and include a clear commercialization strategy, with funding capped at $150,000 for a project duration of 13 months. This initiative emphasizes the importance of small businesses in federal research and development, particularly encouraging participation from socially and economically disadvantaged groups. Interested parties must 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 information.
    NASA INNOVATIVE ADVANCED CONCEPTS (NIAC) PHASE II
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Headquarters is preparing to release a solicitation for the "NASA Innovative Advanced Concepts (NIAC) Phase II" program, anticipated on or about January 22, 2025. This opportunity is aimed at U.S. organizations that have successfully completed or are actively completing a NIAC Phase I study, allowing them to further develop promising concepts and explore potential infusion options within and beyond NASA. The NIAC program is crucial for advancing innovative research in space technology, with Phase II awards designed to refine and build upon the foundational work established in Phase I studies. Interested proposers must submit their Phase II proposals electronically through NSPIRES by an authorized organizational representative, with a critical deadline for Phase I final reports set for February 24, 2025, at 5 PM ET. For further inquiries, contact John Nelson at hq-niac@mail.nasa.gov or call 202-358-0913.