WCS - AWARE BioSP & WebEnroll Licenses and Maintenance - ICAM
ID: 80NSSC25896376QType: Combined Synopsis/Solicitation
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 - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) is seeking to procure licenses and maintenance services for the AWARE BioSP and WebEnroll systems, specifically aimed at enhancing identity credential and access management (ICAM) capabilities. The procurement includes the renewal of maintenance for various BioSP modules and new workstation maintenance for WebEnroll, with a contract period from March 1, 2025, to February 28, 2026, and quantities ranging from two to 100 licenses. This initiative underscores the importance of maintaining operational continuity and system integration, as the software is uniquely tailored to NASA's credentialing processes and has a long-standing operational history. Interested vendors must submit their quotes by March 3, 2025, and are encouraged to contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Marshall Space Flight Center is seeking licenses and maintenance services for the AWARE BioSP and WebEnroll systems. The request includes the renewal of maintenance for several core BioSP modules, with specific quantities ranging from two to 100 licenses. The period for these services is set from March 1, 2025, to February 28, 2026. Services required include various BioSP modules such as Application Integration, Subject Manager, and Transaction Manager, along with new workstation maintenance for WebEnroll. Testing and development licenses for the same modules are also part of the request, indicating a focus on both operational and developmental needs. The place of performance is designated as the NASA Marshall Space Flight Center in Huntsville, Alabama. This document outlines the technical specifications and maintenance requirements, aligning with government protocols for requests for proposals related to technology and licensing.
    The document outlines a justification for the National Aeronautics and Space Administration (NASA) to solicit a contract solely from one vendor or for a specific brand name. It recommends negotiating exclusively with AWARE Inc. for their WCS - AWARE BioSP & WebEnroll Licenses and Maintenance due to the software's unique integration within NASA's credentialing processes. The rationale for this sole-source approach is based on the software's long-standing operational history at NASA and its compatibility with the Defense Counterintelligence and Security Agency's systems. Transitioning to an alternative vendor would necessitate extensive retraining and system integration, resulting in significant costs and delays. The estimated contract duration spans from March 1, 2025, to February 28, 2026. The document adheres to federal acquisition regulations that permit sole-source justification when competition is not feasible, emphasizing the software's specialized nature and the operational risks involved in switching to a different product.
    The document is a Request for Quotation (RFQ) issued by NASA for the procurement of specific software licenses and maintenance related to the AWARE BioSP and WebEnroll systems, focusing on identity credential and access management (ICAM). It outlines the structure of the solicitation, detailing sections such as the Statement of Work, Instructions to Offerors, and Quote Evaluation Criteria. Quotes must be submitted by March 3, 2025, with provisions allowing the government to accept late submissions under certain conditions. The procurement is targeted towards small businesses, and all offerors must be registered in the System for Award Management (SAM). Specific certification requirements regarding telecommunications, ownership, and compliance with various federal regulations are included, emphasizing the need for transparency around potential telecommunications and surveillance services. The RFQ establishes the government’s commitment to ensuring vendors meet essential representations and certifications to facilitate the selection process. This procurement initiative exemplifies how the government engages vendors in compliance with federal standards while promoting opportunities for small businesses in technological fields, underscoring the government's strategic focus on enhancing its operational efficiency through reliable software solutions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Codeware Software Maintenance Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew maintenance for Codeware Software, specifically for two licenses essential for engineering assessments and asset integrity management. The procurement includes License 23599 for COMPRESS, which provides support and updates with an ASME VIII-2 option, and License 81781 for INSPECT, an on-premises subscription focused on fixed equipment asset integrity. This maintenance service is critical for maintaining essential software services that support NASA's engineering and operational workflows at the Ames Research Center, with the service period set from March 23, 2025, to March 22, 2026. Interested parties can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details.
    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 Trane Services and Tracer ES License Support
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking a sole-source acquisition for the renewal of proprietary software licenses, specifically for Tracer TU Professional Edition, as part of the FY25 Trane Services and Tracer ES License Support initiative. This procurement includes annual license renewals for three individuals, software updates, training for one year post-purchase, and Software Maintenance Plans (SMP) for fifty-eight existing Application SC+ Controllers across various NASA buildings. The renewal is crucial for maintaining operational software systems that effectively manage building controls at the Langley Research Center. Interested parties can contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136 for further details, with the performance period set from February 27, 2025, to February 28, 2026.
    FY25 BMC Helix Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the renewal of BMC Helix services for fiscal year 2025, specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to ensure compliance with federal regulations while providing essential IT and telecom services, including business application development software as a service. This renewal is critical for supporting NASA's ongoing missions, particularly in enhancing operational capabilities and maintaining effective communication systems. Interested vendors must submit their bids by February 13, 2025, and direct any inquiries to Kacey Hickman at kacey.l.hickman@nasa.gov.
    NetApp DS212C HW Accessories/Services & ONTAP SW
    Buyer not available
    The National Aeronautics and Space Administration (NASA) seeks to procure hardware and software services related to the NetApp DS212C Storage Shelf and ONTAP software through a combined synopsis/solicitation. This procurement aims to replace aging disk drives and enhance operational support at the NASA Johnson Space Center (JSC) in Houston, Texas, with specific requirements including various cables, a rail kit, empty storage shelves, and drive packs, totaling 36 units for the drive packs and 8 units for the storage shelf. The contract is crucial for maintaining NASA's technological infrastructure and ensuring robust data management capabilities, with a performance period set for 30 days after receipt of the order. Interested vendors must submit their quotes by March 3, 2025, and address any technical inquiries by February 28, 2025, with all submissions requiring registration in the System for Award Management (SAM). For further information, vendors can contact Cara Craft at cara.s.craft@nasa.gov.
    Autodesk PowerMill Interface Maintenance FY24
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking bids for the maintenance of the Autodesk PowerMill Interface for Fiscal Year 2024, specifically through Request for Quotation (RFQ) 80NSSC24875796Q. This procurement aims to renew the Autodesk PowerMill license, which is critical for operating the Laser Powder Directed Energy Deposition (LP-DED) system, ensuring the functionality of the robotic arm's toolpath programming and maintaining build quality. The software is uniquely compatible with the specialized systems developed by DM3D Technology, making it essential for uninterrupted operations in NASA's additive manufacturing division. Interested vendors must submit their bids by February 27, 2025, and ensure they are registered in the System for Award Management (SAM) to qualify for the award. For further inquiries, potential bidders can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Nikon SLM SLM Essential Care Support: 1 Year
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract to Nikon SLM Solutions for a one-year Essential Care Support service for its SLM 280 Twin and Single models. The contract aims to ensure operational efficiency through specialized preventive maintenance, repairs, and software updates, which are critical for the functionality of the equipment used in NASA's Rapid Prototyping Laboratory. This procurement is vital as it addresses the unique service needs that only Nikon technicians can fulfill, thereby maintaining high standards in equipment maintenance and avoiding potential project delays. Interested parties can submit their qualifications to Shanna Patterson at shanna.l.patterson@nasa.gov by February 26, 2025, to explore the possibility of competitive procurement.
    RFQ 80JSC025Q7001 Electronic Health Record
    Buyer not available
    NASA's Johnson Space Center is seeking proposals for a new commercial Electronic Health Record (EHR) system under Request for Quote (RFQ) 80JSC025Q7001. The primary objective is to implement a commercial-off-the-shelf EHR solution by July 2026, aimed at enhancing healthcare delivery for astronauts and personnel involved in spaceflight medicine. This initiative is critical for managing astronaut health and ensuring operational readiness, with requirements including data migration, software features, user interface customization, and compliance with federal regulations. Interested vendors must submit their quotes by 2:00 PM CST on March 13, 2025, and can direct inquiries to Joshua Hlavenka at joshua.r.hlavenka@nasa.gov or Johnny Vuong at johnny.h.vuong@nasa.gov. The estimated total award amount for this contract is $34 million.
    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.
    FY25 PLC Hardware For Code F
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure additional Schneider Electric M580 hardware to support its operational needs at the NASA Shared Services Center. This procurement aims to standardize systems following the obsolescence of older processors, with specific requirements for modules such as processor and power supply units that must be compatible with existing software and systems. The initiative is crucial for maintaining operational efficiency and managing obsolescence risks, as the vendor must be a certified Schneider distributor providing unused hardware with specified firmware versions. Interested vendors should note that delivery is expected by March 31, 2025, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136 for further details.