FY25 CIQ Rocky Linux Person Advanced Support
ID: 80NSSC25898118QType: Special Notice
Overview

Buyer

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

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (Labor) (DE01)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure three units of CIQ Rocky Linux Person Advanced Support for Fiscal Year 2025, aimed at providing essential technical assistance for the NASA Johnson Space Center in Houston, Texas. This procurement is critical for maintaining operational efficiency within NASA's computing environment, ensuring that necessary software support is available from July 1, 2025, to June 30, 2026. The contract will be awarded through a sole source process to CTRL IQ, INC., the exclusive provider for this service, under FAR Parts 12 and 13, which govern the acquisition of commercial items and services. Interested organizations are invited to submit their capabilities and qualifications by March 17, 2025, at 1 p.m. CST, with all inquiries directed to Cara Craft at cara.s.craft@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Statement of Work for the renewal of the CIQ Rocky Enterprise Linux support for Fiscal Year 2025. The primary objective is to procure three (3) units of CIQ Rocky Linux Per Person Advanced Support, which will provide technical assistance for one year. Service delivery will be conducted electronically, specifically for the NASA Johnson Space Center located in Houston, Texas. The period of performance for this support starts on July 1, 2025, and concludes on June 30, 2026. This renewal is critical for maintaining operational efficiency in NASA’s computing environment, ensuring that the necessary software support is in place during this timeframe.
    NASA's Johnson Space Center (JSC) intends to procure FY25 CIQ Rocky Linux Person Advanced Support via a sole source contract with CTRL IQ, INC., deemed the exclusive provider for this service. The procurement will proceed under FAR Parts 12 and 13, indicating the acquisition of commercial items and services. Organizations wishing to compete or express interest are invited to submit capabilities and qualifications by March 17, 2025, at 1 p.m. CST. The decision to conduct this procurement competitively rests solely with the government after evaluating submitted information. Oral communications regarding this notice are not acceptable. The point of contact for this acquisition is Cara Craft. The relevant NAICS Code for this procurement is 518210, pertaining to data processing and related services. The document underlines NASA's procurement strategy while maintaining compliance with federal regulations.
    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.
    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.
    Computational Inverse Methods for Acoustic Source Definition.
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Computational Inverse Methods for Acoustic Source Definition through a sole source contract with ALTASIM TECHNOLOGIES LLC, identified as the sole provider of this specialized service. The procurement will be executed under the authority of FAR 13.106-1(b)(1)(i), utilizing the procedures outlined in FAR Parts 12 and 13, which focus on acquiring commercial items and services. This initiative is crucial for advancing NASA's research and development efforts in the field of acoustics, particularly at the Marshall Space Flight Center (MSFC). Interested organizations are invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on March 14, 2025, with inquiries directed to Laura Quave, the Procurement Specialist, at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    Siemens Simcenter STARCCM+ Licenses
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of Siemens Simcenter STAR-CCM+ licenses to enhance its computational analysis capabilities related to Molten Regolith Electrolysis (MRE) and other reactor designs. The procurement includes a primary Power Session, an additional seat, and CAD Exchange software, all under a 24-month subscription model to support concurrent use by multiple users, with provisions for cloud storage. This acquisition is critical for advancing NASA's operational capabilities in advanced reactor simulations, and interested small businesses must submit their quotes by March 17, 2025, while ensuring compliance with federal regulations. For inquiries, potential offerors can contact Kacey Hickman at kacey.l.hickman@nasa.gov.
    ADORE Software Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew the ADORE Software through a sole source contract with Pradeep K. Gupta, Inc., which is the sole provider for this software renewal. The contract will cover the annual renewal of "ADORE Extended Support - Opt S1," effective from March 1, 2025, to February 28, 2026, ensuring ongoing operational support and system reliability for the ADORE system. This renewal is critical for maintaining the functionality and compliance of the software within NASA's projects, highlighting the importance of sustained vendor partnerships in achieving government objectives. Interested organizations must submit their capabilities and qualifications in writing to Cody Guidry by 3:00 p.m. Central Standard Time on March 17, 2025, to be considered for this procurement.
    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.
    Joint Safety Health Institutional Facilities Team (JSHIFT)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is initiating a presolicitation for the Joint Safety Health Institutional Facilities Team (JSHIFT), aimed at establishing a competitive acquisition for a 5-year Firm Fixed Price (FFP) contract with an Indefinite Delivery Indefinite Quantity (IDIQ) component. This procurement will provide essential core services across various NASA centers, including Goddard Space Flight Center (GSFC), Johnson Space Center (JSC), and Langley Research Center (LaRC), with a contract structure comprising a 2-year base period followed by three one-year options. A virtual pre-solicitation conference is scheduled for March 10, 2025, from 2 pm to 4 pm Eastern Time, where prospective offerors can engage and submit questions; registration is required by March 6, 2025. Interested parties can reach out to Lisa Harvey at larc-jshift@mail.nasa.gov for further information regarding this opportunity.
    5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the 5X Mission Assurance Support Services Recompete, aimed at providing engineering services related to reliability, quality assurance, and environmental compatibility for various JPL projects. The procurement emphasizes the need for qualified personnel in areas such as reliability engineering, system safety engineering, and quality assurance, with a focus on ensuring compliance with federal, state, and local regulations. This contract, which will be awarded for a four-year term with options for three additional years, is crucial for maintaining the integrity and success of NASA's mission-related activities. Interested parties must submit their proposals by March 28, 2025, at 3:00 PM local time, and can direct inquiries to Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or by phone at 818-354-1623.
    Concurrent Real-Time Information Technology (IT) Annual Maintenance and Warranty Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking contractors for the annual maintenance and warranty renewal of its Concurrent Real-Time Information Technology (IT) systems at the Marshall Space Flight Center in Huntsville, Alabama. This procurement aims to ensure the continued operational efficiency and reliability of critical IT infrastructure, which plays a vital role in supporting NASA's various missions and projects. Interested vendors should note that the opportunity falls under the NAICS code 334111, focusing on Electronic Computer Manufacturing, and the PSC code DH10, which pertains to IT and Telecom services. For further inquiries, potential bidders can contact Jonathan Sanders at jonathan.t.sanders@nasa.gov or Michael Thomas at michael.r.thomas@nasa.gov.
    NRESS III Draft RFP 80HQTR25R7002
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking proposals for the NRESS III Draft Request for Proposal (RFP) 80HQTR25R7002, aimed at providing comprehensive research and education support services. The procurement focuses on administrative management and general management consulting services, which are critical for facilitating NASA's peer review processes and ensuring compliance with federal grant policies. This contract, structured as an 8(a) set-aside, has a minimum value of $5 million and a maximum of $365,208,886, with a performance period anticipated to span from April 15, 2027, to September 30, 2029. Interested parties should direct inquiries to Chanda Cannon at chanda.m.cannon@nasa.gov, with proposals due approximately 30 days after the final RFP release, expected on April 29, 2025.