Mission Technical Integration Contract (MTIC)
ID: 80JSC025R7002Type: Solicitation
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

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

    NASA's National Aeronautics and Space Administration is seeking proposals for the Mission Technical Integration Contract (MTIC) to provide essential technical integration services for various human spaceflight programs, including the International Space Station, Gateway, and Orion. The contract is structured as a Hybrid Cost-Plus-Award-Fee with options for future periods, spanning from October 1, 2025, to September 30, 2031, with a potential extension based on performance metrics. This procurement is a total small business set-aside, emphasizing the importance of collaboration and compliance with federal regulations in supporting NASA's mission objectives. Interested offerors must submit their proposals by March 4, 2025, and can direct inquiries to Eric S. Festa at jsc-mtic@mail.nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for a federal contract related to program management, IT security, and systems engineering, primarily under NASA's purview. It delves into various components, including Configuration Management, Information Technology security measures, and overall program administration. Key responsibilities for the contractor include maintaining compliance with numerous NASA and federal directives, developing and executing an IT Security Management Program, and providing ongoing IT support to ensure continuity. The document details performance requirements and indicates the importance of adhering to security protocols, including the development of an IT System Security Plan, conducting employee training, and managing security incidents. Additionally, it highlights the contractor's role in managing program activities efficiently and integrating functions across different areas during potential NASA program transitions. The structure of the document is organized into sections and subsections, presenting specific tasks, compliance requirements, and expected deliverables tied to performance indicators. This serves as a basis for evaluating contractor performance and ensuring accountability in the execution of NASA-related projects.
    The document outlines the Scope of Work (SOW) for various contractors supporting the Homeland Security (HLS) program. It details multiple functional areas requiring contractor support, including program management, configuration management, IT functions, system engineering and integration (SE&I), mission planning, operations, and research and communication. Each area emphasizes specific responsibilities, such as workflow instruction development, risk management, IT infrastructure, configuration control, flight planning, and mission management. Contractors are tasked with assisting in administrative and technical functions essential for the HLS program, focusing on comprehensive support without concern for costs. Each section lists the expected performance requirements and deliverables while maintaining a general outline of approximate magnitudes and typical schedules, all of which are pertinent for determining contractor obligations and deliverables. Overall, the document serves as a framework for guiding contractor engagement in significant HLS initiatives, ensuring effective program management and operational success.
    The document outlines the scope of work (SOW) for the ISSP (International Space Station Program) regarding management integration and control, performance requirements, and deliverables. It details responsibilities for contract management, risk assessment, data management, and certification of flight readiness processes. Key deliverables include administrative support for work instructions, risk management metrics, data governance, external data requests, schedule management, meeting services, and documentation control. Contractors are tasked with maintaining the ISS Risk Database, providing certification support for flight readiness, executing budget and workforce analysis, and ensuring compliance with ISS configuration management policies. The inclusion of comprehensive meeting support and documentation management processes is essential for operational efficiency. This initiative signals the government's commitment to effective oversight and administration of the ISSP, aiming to enhance collaboration, data integrity, and risk management within the framework of ongoing space operations and international partnerships.
    The Gateway Program Management and Administration document outlines the requirements for managing the Gateway Program, which encompasses various milestones and lifecycle reviews, schedule management, certification processes, and risk management. Key tasks include leading annual milestone reviews, facilitating communication with the Gateway Standing Review Board, maintaining program schedules, and delivering performance updates. The contractor is responsible for the integration of different Gateway elements, managing risks, and conducting various analyses to assess performance throughout the program's lifecycle. Central ideas include developing detailed performance requirements, maintaining a comprehensive schedule, and ensuring compliance with NASA guidelines. The contractor must also manage certification processes, including the Certification of Flight Readiness (CoFR), and provide ongoing administrative support within the program. This document serves as a framework for contractors seeking to fulfill obligations in managing complex aerospace projects, emphasizing the need for structured coordination and comprehensive performance tracking. It reflects the government's effort to maintain standards in project management and execution, particularly within the context of federal contracting and grants.
    The Orion Program's contractor is tasked with comprehensive management and administrative functions, including program management systems for efficient planning, organization, control, and reporting. Key responsibilities encompass configuration management and data integration, external data request processing, document management, and IT support for system operations. The contractor will also execute security protocols, mission planning, operations, systems engineering, and integration tasks. They will provide documentation support for requirement management and verification, oversee milestone reviews, and manage communication and strategic initiatives within the Orion Program. Deliverables include various reports, presentations, audits, and databases to ensure compliance and efficient program execution. This extensive scope underscores the contractor's role in supporting NASA's objectives in crewed space exploration and the broader exploration of interplanetary missions. The outlined workload indicates a structured approach to managing complex programs with substantial interdependencies across multiple teams and stakeholders.
    The government document outlines the Statement of Work (SOW) for the EVA and Human Surface Mobility Program (EHP), delineating a range of support services required for project management and administrative functions related to Lunar Terrain Vehicle (LTV) and EVA Development. Key tasks include managing SharePoint sites, coordinating travel, providing monthly and weekly project updates, and tracking administrative activities. The contractor is tasked with extensive project coordination, including processing NAMS approvals, maintaining project correspondence, and ensuring data compliance with export controls. Specific performance metrics such as 200 monthly approvals, 12 reports annually, and 50 meetings per year are detailed, emphasizing the structured delivery of services. Additionally, there are dedicated sections for configuration management, IT functions, and systems engineering, requiring the contractor to engage in risk assessment, support mission planning, and enhance internal communication processes. Overall, the document serves as a comprehensive guide detailing the management, integration, and operational requirements necessary for successful EHP execution, aligning with federal standards and operational excellence in government projects.
    The document outlines the Statement of Work (SOW) for the Commercial Low Earth Orbit (LEO) Program, emphasizing management, administration, configuration management, IT support, and systems engineering. It describes the contractor's responsibilities, including the development and maintenance of the Certification of Flight Readiness (CoFR) process, schedule management for program activities, and the integration of data management systems. Key components involve supporting the Commercial LEO Development Program’s technical processes, overseeing IT-related functions like user support, security management, and ensuring availability of IT systems. The contractor must also facilitate milestones integration with external partners and oversee documentation and communication efforts. Workload indicators include tracking change requests, maintaining documentation, managing project requests, and performing regular IT system checks. The document serves as a framework to solidify expectations for deliverables linked to federal and state/local RFPs while promoting a coordinated approach to achieving the CLDP’s objectives in a systematic and efficient manner.
    The document outlines a series of Statements of Work (SOW) related to the Commercial Crew Program (CCP), detailing various contractor support functions needed for program management, configuration management, information technology, systems engineering and integration, mission planning and operations, and research communication. Each section specifies tasks such as meeting services, technical writing, and compliance with configuration management norms. The document emphasizes that the contractor must focus on specific performance requirements and deliverables without detailing the costs, instead aiming to define the scope of work required for effective program support. The overarching goal is to ensure efficient mission operations while fostering strategic collaboration and research tracking within the program structure. This structured approach provides clarity on expected contractor roles and responsibilities for the execution of CCP activities in alignment with federal requirements for program development and operations.
    The document outlines the Statement of Work (SOW) for an Exploration Program managed by the EAIS, detailing the services required from contractors across various functions. Key areas of support include program management and administration, configuration management, information technology, systems engineering and integration, mission planning and operations, and research and communication/strategic collaboration. Each section specifies a range of tasks such as risk management, data integration, system performance analysis, flight planning, and mission evaluations. All tasks emphasize a scope of work without accompanying cost estimates, focusing instead on the nature and delivery of services required. The overall purpose of the document is to formally solicit contractor support for a comprehensive suite of functions vital to the successful execution of the EAIS's exploration initiatives, which may include large-scale projects and research initiatives in the federal domain. This structured SOW serves as a key document in the context of federal grants and RFPs by laying out clear expectations for contractor performance and deliverables.
    The document outlines the scope of work (SOW) for the Moon to Mars (M2M) Program, detailing various contractor responsibilities across multiple functions including program management, configuration management, information technology (IT), systems engineering and integration (SE&I), mission planning, operations, and research communications. The primary focus is on the development and management of processes essential for the exploration operations, specifically the Certification of Flight Readiness (CoFR) and integrated traffic and event planning. Key performance activities include creating and maintaining documentation, leading review meetings, coordinating logistics, and ensuring compliance with NASA requirements. Supporting tasks encompass data management, IT infrastructure support, systems performance analysis, and mission evaluations. Each area has specified processes, deliverables, and schedules aimed at facilitating seamless operations under the M2M initiative. This document serves as a guide for government contractors engaged in supporting NASA's M2M Program, ensuring that all stakeholders adhere to established protocols while processing extensive collaborative and technical requirements.
    The document is an attachment related to the Mission Technical Integration Contract, specifically detailing the Installation Accountable Government Property and Government Furnished Property for NASA's International Space Station (ISS) program. It outlines various categories of accountable property distributed among different ISS offices, such as the ISS Vehicle Office, Avionics and Software Office, and Systems Engineering and Integration Office. The government is providing a range of production, integration, development environments, and approximately 300 workspaces for contract personnel. Included are tables that reference specific items including computer hardware, networking equipment, servers, display units, and other essential tools relevant to mission operations. Each table specifies item details such as manufacturer, model, serial number, acquisition cost, and location. This structured information is critical for tracking government property, ensuring accountability, and supporting efficiency in the operational framework of NASA's ISS initiatives. Overall, the document serves as a foundational resource for contractors involved in the mission technical integration, aligning with regulatory compliance and operational accountability.
    The Mission Technical Integration Contract (MTIC) provides a comprehensive listing of various government-furnished custom and commercial off-the-shelf (COTS) applications that support critical programs, including the International Space Station (ISS), Orion, Gateway, and Commercial Low Earth Orbit Development Program (CLDP). It categorizes these applications into different tables representing their functionalities, maintenance statuses, and hosting arrangements. Key applications range from project management tools, risk management software, and collaboration platforms to specialized tools for expense tracking and document management. The document outlines the interdependencies of software tools used in these governmental programs, revealing a structure aimed at integrating various IT systems for enhanced efficiency and oversight within NASA projects. Each application includes its description, complexity levels, user sizes, and maintenance requirements, illustrating the designed approach for unified technical operations and configuration management across diverse space missions. The MTIC supports the administration of federal programs by ensuring that essential software tools are appropriately documented and managed throughout their lifecycle, facilitating compliance with technical and operational directives within NASA's framework. This collective resource aids in the effective execution of NASA’s strategic planning and operational performance goals linked to space exploration.
    The document is the DD Form 254, a Contract Security Classification Specification used by the Department of Defense. Its main purpose is to ensure that all security requirements involving classified information are clearly outlined for contractors who will handle such information. Specific sections of the form detail required facility security clearances, descriptions of the contract, and the nature of classified access needed. It mandates that contractors detail the safeguarding measures required for classified materials, specify whether it is a follow-on or final contract, and identify both the prime contractor and any subcontractors. Various options allow the contractor to indicate what kind of classified information they will require access to, including communications security and national intelligence information. Furthermore, the form stipulates that any information related to the contract must not be released publicly without appropriate authorization. Security guidance is to be provided, and additional security requirements may be established beyond standard protocols. The document concludes with sections for required signatures from certifying officials and distribution guidelines, ensuring accountability and compliance throughout the contract's execution.
    The government document outlines labor classifications and wage determinations for various occupations, primarily focused on maintaining compliance with labor regulations under the Service Contract Act. It details a wide array of job titles, primarily in health, information technology, instructional, technical, and maintenance sectors, providing corresponding wage rates alongside notes on minimum wage compliance under Executive Orders. Benefits such as health & welfare, vacation, and paid holidays are also included. Specific provisions are emphasized for computer professionals, air traffic controllers, and hazardous environments requiring differential pay. The document advocates for the correct classification of employees and outlines a conformance process to classify unlisted jobs when necessary. Overall, the purpose of this document is to ensure that federal contractors adhere to labor standards and provide fair compensation and benefits to employees. This is particularly vital within the context of federal RFPs (Requests for Proposals) and grants, where adherence to these regulations is essential for contractors to secure government contracts while promoting worker rights and protections.
    The document outlines the Managed Documents for the Mission Technical Integration Contract, detailing various technical and operational papers necessary for managing space missions under NASA's Gateway Program and ISS initiatives. It includes a comprehensive list of over 200 documents, categorized by ownership and type, such as project plans, technical specifications, interface control documents, and certification processes relevant to spacecraft integration and operations. Key documents listed cover a diverse array of topics including the Gateway Program Plan, cybersecurity measures, flight readiness certifications, and inter-module interface requirements. The document emphasizes the rigorous management and oversight required for these standards, which are essential for ensuring successful mission outcomes, safety, and compliance with federal regulations. The listing underlines critical initiatives tied to commercial partnerships, international collaborations, and the stratified planning necessary for supporting ongoing and future missions, highlighting both the specificity and breadth of documentation needed within this technical framework. Overall, this attachment serves as a reference point for stakeholders engaged in the technical integration and operational logistics of significant aerospace projects within the federal government.
    The document outlines managed documents associated with the Mission Technical Integration Contract, specifically Attachment J-19. It includes a comprehensive inventory of various organizational documents, detailing their ownership and associated titles. The key focus areas include plans and specifications related to major projects such as the Gateway Program, Commercial Low Earth Orbit Development, and various interface control documents pertaining to the International Space Station (ISS) and Orion program. The structure of the document is organized primarily by document owner and type, categorizing items based on programs and initiatives relevant to NASA's strategic initiatives. Key documents address aspects like cybersecurity implementation, program plans, interface requirements, and certification processes essential for mission success. The purpose appears closely tied to facilitating collaboration and ensuring integration across different components of space missions, emphasizing the need for aligned standards and extensive documentation. This collection serves as a critical resource for federal, state, and local agencies involved in aerospace R&D, aiming to enhance efficiency and compliance throughout the mission lifecycle.
    The document outlines a Past Performance Matrix, which is part of a federal Request for Proposals (RFP) within specific grant and contract contexts. It aims to evaluate the relevant experience of various team members—Prime Contractors, Major Subcontractors, Minor Subcontractors, and Affiliates—against specific sections of the Statement of Work (SOW). Key categories include Management Integration and Control, Business Management and Administration, Configuration Management, Information Technology, Operations, System Engineering and Integration, Mission Planning, Safety, and Program Research. Offerors are instructed to indicate their past performance for each specified SOW section using an “x” and to leave cells blank if there was no relevant experience. The document emphasizes the need for consistency across the Past Performance matrix and supplementary narrative information provided in other attachments. This systematic approach allows the government to gauge contractor capabilities effectively, ensuring compliance with grouped SOW requirements, aligning with the overarching objective of fostering collaboration among various contractors during project execution.
    The Technical Resources Template provides guidelines for offerors responding to a NASA solicitation, outlining the necessary labor resource distribution across various Statement of Work (SOW) requirements over the contract's duration. It comprises two main components: the Core Work Summary and the Contract Year Matrices. Offerors must document the Standard Labor Category (SLC) resources, indicating incumbent retention percentages for the first contract year and specifying annual productive hours to calculate Weighted Yearly Equivalents (WYEs) for each category of labor. The template facilitates the aggregation of resources from both prime contractors and subcontractors, ensuring consistency with the proposal’s Mission Suitability and Cost Price Volumes. Detailed labor resource distribution is to be aligned with specific SOW sections that encompass multiple programs, such as the International Space Station and Human Landing Systems. By standardizing the reporting of technical resources, NASA aims to streamline assessment and ensure effective project management across contract years.
    The Technical Resources Template provides a structured framework for offerors responding to NASA's solicitation, outlining the required labor resources across contract years. It consists of a Core Work summary and detailed matrices (Matrix – CYx) that assess the distribution of labor resources in alignment with the Statement of Work (SOW). Offerors must specify the percentage of incumbent workforce retained for the first contract year and provide an annual breakdown of productive hours. Each matrix requires a comprehensive mapping of labor categories and hours related to various technical functions, ensuring consistency with overall cost and mission suitability proposals. The document facilitates transparent resource allocation across multiple programs, including the International Space Station Program, Gateway Program, and Human Landing System Program, reinforcing NASA's commitment to efficient project management and accountability in federal grants and contracts. This structured approach enhances clarity in contractor proposals and compliance with government procurement guidelines in the context of federal RFPs.
    The Mission Technical Integration Contract (MTIC) Solicitation # 80JSC025R7002 outlines the requirements and instructions for offerors submitting proposals. The document provides a comprehensive Cost Price Template, emphasizing the importance of accurate pricing and adherence to the Statement of Work (SOW) across various statements categorized into ten major work areas. Offerors are required to detail labor, subcontractor, non-labor resources, and indirect costs, utilizing pre-defined spreadsheets to ensure transparency and consistency in pricing. Key components include instructions for filling out labor cost details, subcontractor costs, and non-labor resources. The template includes provisions for adjusting rates based on the offeror’s accounting practices and mandates a phase-in period for contractors to ensure smooth operation commencement. A clear structure divides costs into baseline and optional periods aligned with government fiscal years, enabling easy evaluation of total projected costs. The document underscores the essential criteria for competitive bidding in government contracts, prioritizing precise cost factors paramount for successful award evaluations. This includes ensuring compliance with contractual price structures and providing narrative details to support cost estimates, aligning with government standards of accountability and accuracy in federal contracting.
    The Mission Technical Integration Contract (MTIC), outlined in Solicitation #80JSC025R7002, serves to acquire technical integration services through a structured proposal process. The document includes comprehensive guidelines for Offerors (contractors) on preparing cost proposals using the provided Attachment L-6A MTIC Cost Price Template. It emphasizes the importance of accuracy and completeness in submissions, outlining various levels of work categorized under the Statement of Work (SOW). The contract spans from FY 2026 to FY 2032, incorporating a 45-day phase-in period prior to full performance. Key components include labor and non-labor cost estimations, indirect rate structures (such as fringe, overhead, and general and administrative costs), and the necessity for Offerors to disclose their accounting practices. The MTIC aims to ensure proposals align with government requirements while facilitating effective performance and compliance during the contract's duration. Furthermore, it addresses factors like fee structures and specifies different project management areas corresponding to various SOW sections. This solicitation exemplifies a structured federal procurement effort to enhance operational synergy and resource planning in technical integration endeavors.
    The Mission Technical Integration Contract (MTIC) Solicitation # 80JSC025R7002 outlines requirements for minor subcontractors participating in the contract bidding process. The purpose is to ensure compliance with cost and pricing factors defined in the RFP, particularly L.21 VOLUME III. Minor subcontractors must complete the Attachment L-6B Minor Subcontracting Template, filling all applicable fields and adhering to their accounting practices. The MTIC is a Single-Award Cost-Plus-Award-Fee/Cost-Plus-Incentive-Fee contract with a performance period running from October 1, 2025, to March 31, 2032. The document stipulates evaluation costs, price details, and instructions for submission. Each subcontractor's data should match the prime contractor’s cost price template to promote consistency. The guidelines encourage adjustments to formulas and input rates for labor classifications that ensure accurate financial disclosures. The contract represents the government's commitment to maintaining transparent cost structures while enhancing efficiency in the bidding process. It will potentially include up to six months of extension based on price data from the fourth option period. Overall, the MTIC aims to achieve clear expectations and accountability for all parties involved in executing the contract.
    The document outlines the Total Compensation Rate Build-up Form for OFI, a contractor for Contract Year 1 (October 01, 2025 - September 30, 2026). It details various labor categories and their corresponding compensation rates, which remain unspecified. Categories include various analyst levels, business specialists, engineers, IT professionals, managerial roles, clerical positions, and consultants. Additionally, the document includes instructions for prime contractors and major subcontractors to present their proposed fringe benefit categories, which consist of paid leave, supplemental pay, insurance, retirement and savings, and legally required benefits such as Social Security and Medicare. The emphasis is placed on providing a comprehensive breakdown of compensation to ensure transparency and compliance with RFP guidelines. The document's structure consists of tables for labor categories and instructions for presenting compensation data, serving as a template to standardize the submission process in response to federal RFPs, grants, and contracts. Its purpose is to facilitate accurate compensation analysis and ensure that contractors adhere to budgetary requirements.
    The document outlines the Total Compensation Rate Build-up Form required from the Prime Contractor and Major Subcontractors for Contract Year 1, which spans from October 1, 2025, to September 30, 2026. It details various labor categories, including Analysts, Business Specialists, Engineers, IT Professionals, Managers, and more, with placeholders for compensation rates, fringe benefits, and legal requirements. The sections on fringe benefits include Paid Leave, Supplemental Pay, Insurance, Retirement and Savings, and Legally Required Benefits. The instructions emphasize that this form is critical for compliance with the RFP and should clearly indicate the build-up of proposed fringe benefits while not being evaluated under cost/price criteria. Overall, the document is essential for ensuring transparency and accountability in the compensation structure associated with federal procurements.
    The document outlines a government Request for Proposal (RFP) focused on project collaboration and roles among various contractors and subcontractors across multiple programs. It provides a framework for bidders to specify their teams, including prime contractors, subcontractors, and associated roles for each section of the Statement of Work (SOW). The matrix format requires participants to identify their organizational classification (e.g., Small Business, Woman-Owned Small Business) and include necessary identifiers like Cage Codes where applicable. Key areas covered include program management and administrative tasks, configuration management, information technology, systems engineering, and integration across various space initiatives such as the International Space Station (ISS), Gateway Program, Orion Program, and Moon to Mars Program. These categories are vital for maintaining oversight, operational readiness, and ensuring mission success in an evolving aerospace environment. The primary purpose of this document is to facilitate transparency and collaboration between government agencies and contractors, ensuring that each segment of work within these extensive programs is clearly allocated, thus maximizing efficiency and compliance with federal regulations. It calls for a structured response that aligns with Attachment L-3, emphasizing the required division of work amongst various entities involved in the proposal process.
    The document outlines a preaward survey report for evaluating a prospective contractor's accounting system to determine its acceptability for contract award. It requires a recommendation, noting whether the accounting system can be approved directly or if a follow-up review is advisable post-award. The report consists of a checklist ensuring the system's adherence to generally accepted accounting principles and evaluates critical aspects such as cost segregation, identification of direct costs by contract, labor distribution, financial reporting, and overall operational status. The document emphasizes the importance of maintaining a reliable accounting system to support pricing for future acquisitions and facilitates compliance with contract cost principles. The evaluation serves as a critical step in the procurement process, ensuring that contractors can effectively manage financial information vital for government contracts.
    The document outlines the key changes made from the Draft Request For Proposal (DRFP) to the Final Request For Proposal (FRFP) for the Mission Technical Integration Contract (MTIC). It presents a comprehensive list categorizing changes in various sections and Statements of Work (SOWs), including updates to rate tables, staffing requirements, and specific program duties. Notable modifications involve the deletion of certain requirements, updates to document numbers, and adjustments in clauses regarding labor standards and shipping instructions. Importantly, there are changes to the Diversity, Equity, Inclusion, and Accessibility (DEIA) plan, as well as updates regarding the security clearances of personnel and the provision of government housing for U.S. employees working in Russia. The overarching aim of these revisions is to refine the proposal process, ensuring clarity, compliance, and tailored guidance for potential contractors responding to the RFP. This broader initiative aligns with federal standards and reflects the continuous effort of the government to enhance contract management and service delivery within the specified mission areas.
    NASA is issuing a Request for Proposal (RFP) for the Mission Technical Integration Contract (MTIC) to provide essential technical integration services for various human spaceflight programs. This competitive acquisition is a total small business set-aside, with a focus on Program Management, Business Management, Systems Engineering, and Safety Assurance, among other areas. The contract is structured as a Hybrid Cost-Plus-Award-Fee with options for future periods totaling a potential 6-year performance period. A SECRET Facility Clearance Level is required for participation. Proposals are to be submitted via NASA's Enterprise File Sharing and Sync Box by March 4, 2025, with a pre-proposal conference scheduled for February 7, 2025. Offerors are urged to review the entire RFP for updates and changes made since the draft release. Notably, an Executive Order regarding Diversity, Equity, Inclusion, and Accessibility has led to the removal of associated requirements from the proposal. The document emphasizes the importance of adhering to all instructions and deadlines in the solicitation process, with a key aim of enhancing NASA's capacity in overseeing complex space missions through effective contractor collaboration.
    The solicitation numbered 80JSC025R7002 pertains to the Mission Technical Integration Contract (MTIC) issued by the federal government. This document outlines the essential requirements and procedures necessary for submitting proposals related to the contract. Key areas of focus include proposal instructions (Section L) and evaluation criteria (Section M), emphasizing clarity in submission and assessment practices. It identifies specific concerns which may arise during the proposal process, such as requests for additional information, potential inefficiencies in requirements, and unique terms and conditions that could impact compliance and security protocols. The document encompasses broad categories that cover scheduling, safety and occupational health, environmental considerations, information technology security, and export control measures. This solicitation underscores the government's intent to foster a transparent and efficient procurement process while maintaining rigorous standards for contractors. Overall, it serves as a foundational guide for entities interested in participating in the MTIC, ensuring that all applicants are adequately informed about the necessary criteria and expectations.
    The Pre-Proposal Conference for the Johnson Space Center’s Mission Technical Integration Contract (MTIC) took place virtually on February 7, 2025. Its primary purpose was to provide potential bidders with comprehensive insight into the requirements outlined in the Request for Proposal (RFP) 80JSC025R7002. Key discussions included management and technical integration for NASA's International Space Station, Gateway, Orion, and Commercial Low Earth Orbit Development programs. Participants were presented with an overview of the Statement of Work (SOW), explaining the ten vital sections encompassing various mission integration tasks and requirements. The conference emphasized the formal submission process for questions regarding the RFP, stressing the importance of adhering to deadlines for clarifications and regards to Labor Relations and Safety requirements. The anticipated contract period is from October 1, 2025, to September 30, 2031, with options for extensions. The conference concluded with guidance on proposal formatting, the evaluation process, and a reminder for contractors to comply with all safety regulations. This event exemplifies NASA's commitment to ensuring that industry partners understand its contracting needs and processes, promoting transparency and competitiveness in securing the MTIC.
    The document outlines an amendment for the Mission Technical Integration Contract (MTIC) embedded within NASA’s procurement process. It details the necessary contractual modifications, emphasizing updates to the Request for Proposal (RFP) since its issuance on January 30, 2025. The amendment expands guidelines for subcontractor financial data submission while clarifying proprietary information handling between contractors and the government. It elaborates on program management, contract administration, task execution, and compliance with safety and quality standards across various NASA programs, including the International Space Station, Gateway, and Orion. The goal is to ensure a cohesive integration of technical support and efficient contract administration, emphasizing quality management systems and stringent compliance with federal regulations. The document serves as a vital component of NASA's efforts to enhance operational efficiency and fulfill its mission objectives through collaborative technical integration while maintaining accountability and safety.
    The document outlines an amendment to the NASA Request for Proposal (RFP) for the Mission Technical Integration Contract (MTIC). It introduces notable changes to the contract's terms, specifically altering the Fully Burdened Rate Table by eliminating certain labor categories and updating the contract and scope titles. The amendment extends the deadline for offers and specifies the methods for acknowledging receipt of the amendment. The contract type is identified as Cost-Plus-Award-Fee (CPAF) and Cost-Plus-Incentive-Fee (CPIF), with a capacity for an indefinite delivery/indefinite quantity (IDIQ). The contract value is subject to modification, and the breakdown includes maximum award fees and target incentive fees tied to performance metrics. Additionally, revisions to labor categories emphasize compliance with federal guidelines. The summary culminates in ensuring that all amendments comply with the original contract arrangements and retain their operational integrity. This amendment reflects the government's ongoing commitment to adapt contract terms, ensuring they remain responsive to mission requirements and funding structures.
    The document outlines the responses to queries regarding the Mission Technical Integration Contract (MTIC) RFP (Solicitation Number 80JSC025R7002) issued by NASA. It addresses clarifications on labor classifications within the proposal, confirming several roles, such as "Secretary" and "Clerk," as Non-Exempt under the Service Contract Labor Standards (SCLS), where previous classifications may have indicated otherwise. The government intends to update the RFP to correct these discrepancies. Additional inquiries include concerns about parking requirements for conference facilities, collaboration with subcontractors on compensation plans, expectations for submitted documentation, and the availability of historical rates for certain positions. NASA is also open to extending the proposal period for offerors due to significant changes in Mission Suitability requirements. The document emphasizes the need for clarity in submission requirements while ensuring fundamental compliance with the Federal Acquisition Regulation (FAR) regarding proprietary information. The comprehensive nature of the responses reflects NASA's commitment to transparency and an efficient procurement process while maintaining operational integrity in supporting the aerospace mission.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 benefit both NASA missions and broader societal needs. Proposals must demonstrate technical feasibility, relevance to NASA's objectives, and a clear commercialization strategy, with funding capped at $150,000 for a 13-month period. This solicitation emphasizes the importance of collaboration with research institutions and encourages participation from socially and economically disadvantaged groups, while also requiring compliance with federal regulations and security protocols. Interested parties should 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 inquiries.
    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 program 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 encouraged to submit proposals that demonstrate scientific merit, technical feasibility, and potential for commercialization, with a maximum funding amount of $150,000 available for projects lasting six months. This initiative is crucial for advancing aerospace technology and promoting economic growth, as it emphasizes American-made products and restricts foreign affiliations to ensure security compliance. Proposals must be submitted via the Proposal Submissions and Award Management System (ProSAMS) by March 10, 2025, 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.
    Concurrent Real-Time Maintenance Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Concurrent Real-Time Maintenance Renewal, aimed at securing maintenance services for critical hardware and software systems at the NASA Ames Research Center. This procurement is specifically for brand-name services related to the iHawk System, NightStar Tools software, and the RedHawk Frequency-Based Scheduler, ensuring continued operational support and functionality of these essential systems. The maintenance renewal period is set from February 26, 2025, to February 25, 2026, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in compliance with federal regulations. Interested bidders should contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details and must register in the System for Award Management (SAM) to submit their proposals.
    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.
    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.
    FY25 Invenio
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide Invenio software licenses under the FY25 Invenio project, as outlined in solicitation number 80NSSC25894148Q. The procurement includes a requirement for one Production License and one Test/Dev License, which are essential for efficiently indexing and querying medical data within NASA’s Information Management Platform for Analytics & Aggregation (IMPALA) suite. This software is critical for supporting the agency's healthcare data processing needs, particularly for users such as epidemiologists and biostatisticians. Quotes are due by March 6, 2025, and interested parties must register on the SAM website and comply with various federal regulations; for further inquiries, contact Cody Guidry at cody.d.guidry@nasa.gov.
    5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the Mission Assurance Support Services Recompete, aimed at providing engineering services related to reliability, quality assurance, and environmental compatibility for various JPL projects. This procurement is a total small business set-aside under NAICS code 541715, emphasizing the importance of engaging small businesses in federal contracting to enhance innovation and competition. The contract will span four years, with options for three additional years, and will require proposers to demonstrate relevant experience and qualifications in the specified labor categories. Interested parties should contact Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or call 818-354-1623 for further details, with proposals due by the specified deadline.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    NASA's Johnson Space Center is soliciting proposals for the Simulation and Advanced Software Services II (SASS II) contract, aimed at delivering specialized services in space-based robotics, avionics, and flight software to support various NASA programs, including the International Space Station, Orion, Gateway, and Artemis. This procurement is structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with both Cost-Plus Fixed-Fee (CPFF) and Firm-Fixed Price (FFP) task orders, effective over a five-year period. The opportunity emphasizes the importance of compliance with evolving regulations regarding Artificial Intelligence and Machine Learning, ensuring that contractors engage closely with NASA personnel and utilize government infrastructure. Proposals are due by March 13, 2025, and interested parties should direct inquiries to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@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.
    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.