Numerical Propulsion System Simulation® (NPSS®) Consortium
ID: 80NSSC897045QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONUS

NAICS

Software Publishers (513210)

PSC

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

    NASA's National Aeronautics and Space Administration is seeking ongoing maintenance and upgrades for the Numerical Propulsion System Simulation® (NPSS®) software, which is crucial for analyzing thermodynamic systems in advanced propulsion and power applications. The procurement aims to ensure the software's continued capability and is aligned with a 2010 Software Use and Distribution Agreement with the Ohio Aerospace Institute, offering services at a pricing structure available to the lowest-tier NPSS consortium members. This initiative emphasizes collaboration within NASA's software development framework and reflects the agency's commitment to advancing technology in propulsion systems. Interested organizations with the capability to perform the required work must submit their qualifications in writing by 4:00 p.m. Central Standard Time on March 12, 2025, to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA is seeking ongoing maintenance and upgrades for the Numerical Propulsion System Simulation (NPSS) software, ensuring its capability to analyze thermodynamic systems for advanced propulsion and power. This request aligns with a 2010 Software Use and Distribution Agreement with the Ohio Aerospace Institute and aims to deliver services at the pricing structure available to the lowest-tier NPSS consortium members. Key services include participation in the Program Advisory Committee (PAC) as a non-voting member, allowing for involvement in discussions on NPSS code modifications funded by a Participation Fee pool. This procurement emphasizes collaboration and accessibility within NASA's software development framework, reflecting the agency's commitment to cutting-edge technology in propulsion systems.
    NASA/NSSC is seeking to secure a sole source contract with Southwest Research Institute for the Numerical Propulsion System Simulation® (NPSS®) Consortium. This decision utilizes the authority granted under FAR 13.106-1(b)(1)(i), recognizing Southwest Research Institute as the exclusive provider of related services. The procurement process will adhere to FAR Part 12 and FAR Part 13 guidelines, with the operational performance being conducted at NASA's Glenn Research Center. The relevant NAICS code for this procurement is 513210. Organizations with the capability to perform the required work are invited to submit their qualifications in writing by 4:00 p.m. Central Standard Time on March 12, 2025. The government will evaluate submissions to possibly determine if a competitive bidding process is warranted, although it retains full discretion in deciding whether to pursue full and open competition. Direct oral communications in response to this notice are not permitted. The document also references NASA Clause 1852.215-84 concerning the applicable ombudsman for the acquisition process.
    Lifecycle
    Title
    Type
    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.
    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.
    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.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    NASA's Johnson Space Center is seeking proposals from small businesses for the Simulation and Advanced Software Services II (SASS II) contract, aimed at delivering specialized services in space-based robotics, avionics, and flight software. The contract, structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ), will support various NASA programs, including the International Space Station, Orion, Gateway, and Artemis, over a five-year period. This procurement is critical for maintaining NASA's operational capabilities and advancing technological innovations in space exploration. Proposals are due by March 13, 2025, with inquiries directed to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    TEES will model, predict, and report on behavior of the two-phase thermosyphon driven actuating radiator being developed for the PaCeSS EIF project. An actuator will be provided for the purpose of developing a mechanical and fluid interface to the PaCeSS t
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure research and development services from the Texas A&M Engineering Experiment Station (TEES) for the modeling and prediction of a two-phase thermosyphon driven actuating radiator, which is critical for the Passive fuel-Cell Surface-power System (PaCeSS) project. The contractor will be responsible for delivering a torque tube actuator to facilitate the development of a mechanical and fluid interface, with integrated benchtop testing scheduled at NASA's Johnson Space Center (JSC) by September 2025. This procurement is essential for advancing innovative engineering solutions in space power systems and is being conducted as a sole source requirement due to the unique capabilities of TEES, which holds a patented technology relevant to the project. Interested parties must submit their qualifications by 7 a.m. Central Standard Time on March 13, 2025, and can direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.
    Qumulo General Purpose Tier 1TB Support Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide renewal support for Qumulo General Purpose Tier 1TB software and Mission Q Services, essential for maintaining data management capabilities at the Langley Research Center in Hampton, Virginia. This procurement includes two software subscriptions, each with a capacity of 672 TB, covering the performance period from February 7, 2025, to February 6, 2026, along with an additional subscription for a total capacity of 1344 TB from September 4, 2025, to February 6, 2026. The renewal is critical for ensuring compliance with NASA's cybersecurity policies and maintaining operational consistency, as the software is uniquely compatible with existing hardware. Interested offerors must submit their quotes by March 12, 2025, and can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov for further information.
    Orion Crew Survival Systems (OCSS) project
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to issue a sole source contract to Hamilton Sundstrand Space Systems International, Inc. for the design, development, testing, and integration of hardware for the Orion Crew Survival Systems (OCSS) project. This initiative is critical for ensuring the safety of crew members during life-threatening situations, particularly in support of upcoming Artemis missions, with hardware delivery anticipated by December 2024. The contract will involve providing 1,000 hours of Crew Survival Engineering laboratory technician services and 50 hours of project management oversight, with deliverables including monthly status reports and presentations on lessons learned. Interested organizations must submit their qualifications by 3 p.m. CST on March 14, 2025, to be considered for potential competition, and inquiries should be directed to Cara Craft at cara.s.craft@nasa.gov.
    DEFORM Premier Annual Lease Renewal with MPI (4-CPU) on hdlk #4346
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its annual lease for DEFORM Premier software, which is critical for flow forming finite element modeling at the Langley Research Center in Hampton, Virginia. This procurement involves a 4-CPU setup under system hdlk 4346 and is intended to support ongoing research and development efforts in aeronautics and space exploration. The lease period is set for one year, from May 30, 2025, to May 29, 2026, and organizations interested in competing for this contract must submit their qualifications by 4:00 p.m. CST on March 12, 2025. For further inquiries, interested parties can contact Lindsey McLellan at lindsey.m.mclellan@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 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.
    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.