IMAGINiT Technologies Consulting Services
ID: 80NSSC24879456QType: Special Notice
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) seeks authorized resellers for brand name IMAGINiT Technologies Consulting Services, a sole-source contract for specialized consulting expertise related to functional requirements definition, solution architecture, and drawing conversion. This procurement is focused on NASA-specific needs, emphasizing security and documentation. With a concise period of performance, vendors are invited to submit detailed proposals by August 13, 2024, for a potential contract award managed by the NASA Shared Services Center.

    IMAGINiT Technologies Consulting Services are crucial to NASA's Facilities Office, offering an extensive intellectual property database that enables floor space management, CAD drawing creation, and emergency preparedness. The software's specialized nature and NASA's extensive historical data make competition impractical. As a result, NASA aims to negotiate with the brand name vendor to ensure operational continuity.

    Interested parties should contact Tessa Martinez at tessa.m.martinez@nasa.gov for further information on this opportunity, which has a projected value of up to $500,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The Marshall Space Flight Center invites proposals for IMAGINiT Technologies Consulting Services. The primary objective is to obtain specialized expertise in functional requirements definition, solution architecture planning, and Microstation to AutoCAD drawing conversion. The center seeks to engage subject matter experts for these tasks, emphasizing NASA-specific workflows, security requirements, and comprehensive documentation. This project has a concise period of performance, specified as Phase 1, lasting from August 15th to November 1st, 2024. Vendors interested in tendering for this contract must provide detailed proposals by the submission deadline, with particular attention to the specified quantities and quality standards outlined in the statement of work. The statement of work also includes specific details on tasks, from discovery and documentation to solution architecture and drawing conversion, with strict attention to NASA's unique requirements. Travel and expenses are included as a separate line item, indicating that on-site presence is expected. Interested parties should carefully consider the requirements and submit proposals accordingly.
    The National Aeronautics and Space Administration (NASA) Shared Services Center seeks to procure IMAGINiT Technologies Consulting Services - Subject Matter Expert III software from DLT Solutions, LLC from 2024 to 2025. This software is a crucial tool for NASA's Facilities Office, offering a 30-year intellectual property database for managing floor space, creating CAD drawings, and supporting emergency preparedness. Due to the software's specialized nature and the office's extensive historical data, competition is deemed impractical. NASA seeks a sole source procurement, emphasizing the software's unique characteristics and the potential adverse impacts of using other vendors, which could disrupt critical facilities management and emergency response functions. This recommendation serves as a justification for NASA to negotiate with the brand name vendor, ensuring continuity and minimizing disruptions to essential operations.
    NASA plans to award a sole-source contract to DLT Solutions, LLC for IMAGINiT Technologies Consulting Services, with the potential for competition if other qualified vendors express interest. The agency seeks to procure specialized consulting services for IMAGINiT technologies, likely focusing on engineering or design consulting. Interested parties have until August 13, 2024, to submit their qualifications. The procurement follows FAR Part 12 and FAR Part 13 regulations for acquiring commercial items and services. NASA reserves the right to decide whether to pursue competitive bidding based on the responses. The contract will be managed by NASA/NSSC and performed at the Stennis Space Center.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Zuken DS.E3 License Data and Configuration Management; POP: 10/1/24 - 9/30/25
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of Zuken DS.E3 License Data and Configuration Management tools, aimed at supporting space flight harness design and fabrication at the NASA Langley Research Center in Hampton, VA. This procurement includes the acquisition of various floating licenses, specifically five licenses each for the Framework Engine and Component Master, along with one Engineering Services Package, to enhance NASA's capabilities in aerospace technology. The performance period for this contract is set from October 1, 2024, to September 30, 2025, with proposals due by September 17, 2024. Interested vendors must provide a Unique Entity Identifier (UEI) and adhere to federal procurement regulations, with inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    Concurrent Real-Time Inc. iHawk computer maintenance agreement renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking to renew the maintenance agreement for Concurrent Real-Time Inc. iHawk computers. This agreement is essential for the operation and upkeep of the iHawk computer systems. NASA/NSSC intends to issue a sole source contract to Concurrent Real-Time Inc., the sole provider of this service. The performance location will be at NASA/Ames Research Center (ARC) in the USA. Interested organizations must submit their capabilities and qualifications by 12/24/2022. This procurement falls under the Total Small Business Set-Aside (FAR 19.5) category.
    FY24 HPE Maintenance Renewal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking bids for the FY24 HPE Maintenance Renewal, aimed at acquiring essential maintenance services for HPE hardware at the Langley Research Center (LaRC) in Hampton, Virginia. The procurement includes support for various components such as SGI Clusters, servers, power cords, and memory modules, with a performance period from August 1, 2024, to July 31, 2025. This initiative underscores NASA's commitment to maintaining its critical computing infrastructure, which is vital for its research capabilities. Interested vendors should reference RFQ number 80NSSC24878914Q in all correspondence and include their CAGE code in quotes, with inquiries directed to Brianna Faye at brianna.n.ladner@nasa.gov.
    NEXT GENERATION SCALABLE DATA ENGINEERING, OPERATIONS, AND INFORMATICS SUPPORT FOR OPEN SCIENCE (NEXT GEN)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Next Generation Scalable Data Engineering, Operations, and Informatics Support for Open Science (Next Gen) initiative, aimed at enhancing its data science capabilities. This procurement focuses on providing resources to the Interagency Implementation and Advanced Concepts Team (IMPACT) in areas such as science informatics, machine learning, and scientific data management, with an emphasis on utilizing advanced techniques to maximize the scientific return from Earth science data. The contract will be structured as a total small business set-aside, with an estimated value of $76 million over a five-year period, from August 15, 2025, to September 30, 2030. Proposals are due by October 16, 2024, and interested parties should contact Brad Vest at Bradley.D.Vest@nasa.gov for further information.
    FY24 Larc Tecplot 360 Commercial Site License renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking a renewal for the FY24 Larc Tecplot 360 Commercial Site License. This license is typically used for IT and Telecom - Business Application/Application Development Software as a Service. The service will be performed in Hampton, VA (zip code: 23681), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Safety and Mission Assurance Services (SMAS) II
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Safety and Mission Assurance Services II (SMAS II) contract at the George C. Marshall Space Flight Center. This contract aims to provide a wide range of safety and mission assurance services, including system safety, reliability, software assurance, and quality engineering, supporting various NASA facilities such as Kennedy Space Center and Michoud Assembly Facility. The anticipated contract, valued at up to $488 million, will be a small business set aside with a single-award indefinite-delivery, indefinite-quantity (IDIQ) structure, and is expected to have an eight-year performance period. Interested parties are encouraged to submit comments on the Draft Request for Proposal (DRFP) by October 4, 2024, with the final RFP expected to be released on or about November 22, 2024. For further inquiries, contact Maranda McCord at maranda.b.mccord@nasa.gov.
    TECHNOLOGY TRANSFER OPPORTUNITY: Computational Visual Servo (LAR-TOPS-61)
    Active
    National Aeronautics And Space Administration
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is soliciting inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a computational visual servo technology. This technology, developed by NASA's Langley Research Center, offers a new approach to image processing and is expected to benefit pilots, doctors, and photographers. It improves upon the performance of automatic image enhancement methods and can enhance digital images in various conditions, including low light, poor clarity, and fog-like conditions. NASA is seeking market insights on the commercialization of this technology and welcomes interest from potential producers, users, and licensees. No funding will be provided by NASA in conjunction with these potential licenses.
    NASA Launch Services II 2024 On-Ramp
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is initiating an on-ramp opportunity for its Launch Services II (NLS II) contract, which remains open until June 30, 2030. This procurement aims to secure launch services from domestic providers capable of delivering payloads of at least 250kg to orbit, adhering to specific risk mitigation categories as outlined in NASA Policy Directive 8610.7D. The NLS II contract is critical for supporting NASA's missions by ensuring reliable access to space through certified launch vehicles. Interested parties must notify NASA of their intent to submit proposals by September 27, 2024, and provide details about their launch vehicle configurations and current flight manifest. For further inquiries, contact Jason R. Siewert at jason.r.siewert@nasa.gov or call 321-407-0250.
    Remedi Device Portable X-Ray Unit REMEX-KA6
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Remedi Device Portable X-Ray Unit, model REMEX-KA6, through a sole source contract with REMEDI INC., the exclusive supplier of this equipment. The procurement aims to acquire commercial items under FAR Part 12 and 13 procedures, with the performance location designated as NASA’s Glenn Research Center. This portable X-ray unit is crucial for various medical and surgical applications, enhancing operational capabilities within NASA's research and development initiatives. Interested parties are invited to submit their capabilities and qualifications in writing by 4 p.m. Central Standard Time on September 16, 2024, with all inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS) at the Johnson Space Center in Houston, Texas. This procurement aims to provide technical, managerial, and administrative support to ensure the integrity, reliability, and security of mission systems for NASA's space flight programs, including the International Space Station and the Moon to Mars initiatives. The COSMOS contract is anticipated to be a single-award, Cost-Plus-Award-Fee (CPAF) contract with various elements, including Cost Reimbursable Delivery Orders, and will require compliance with specific security and performance standards. Interested parties must submit their capability statements by March 11, 2024, and can direct inquiries to Andrea De Paz at jsc-cosmos@mail.nasa.gov or by phone at 281-244-5472.