The Research and Engineering Directorate at the John H. Glenn Research Center (GRC) is seeking to renew maintenance and support for its VA One licensing, initially acquired under Purchase Order #80NSSC24PA493. The renewal is necessary to continue receiving software patches, support, and upgrades from an authorized vendor. The selected third-party vendor must be an approved reseller, and all terms and conditions related to the order must be clearly presented in the proposals from potential bidders. The project will take place at the GRC's Neil Armstrong Test Facility and is set to run from April 1, 2025, to March 31, 2026. This request for proposals (RFP) reflects the government's ongoing commitment to maintaining efficient software operations through reliable vendor partnerships while adhering to procurement regulations and ensuring compliance throughout the process.
The NASA Shared Services Center recommends negotiating solely with ESI North America, Inc. for the maintenance and technical support of the VA One licensing, citing a timeline from April 1, 2025, to March 31, 2026, and an undisclosed estimated cost. ESI Group is the exclusive manufacturer and distributor of the VA One application, thus making them the only source for this software. The report emphasizes that the unique characteristics of the application ensure that no competitors can fulfill the requirement. Failure to procure timely maintenance could delay critical projects, including SLS and Gateway, which rely on the software for model validation. The document outlines the necessity of this sole source procurement to prevent project disruptions, thereby underscoring the impracticality of competition in this instance. This recommendation aligns with government procurement protocols, prioritizing operational continuity in significant projects amid tight schedules.
NASA's Glenn Research Center (GRC) requires technical support and maintenance for its existing VA One licensing software. To fulfill this need, the agency plans to issue a sole-source contract to ESI North America Inc, which has been identified as the exclusive provider of this software. The procurement will adhere to commercial item acquisition regulations under FAR Part 12 and FAR Part 13, and the NAICS Code for this effort is 513210. Interested organizations are invited to submit their qualifications and capabilities by 7 a.m. Central Standard Time on February 5, 2025, for consideration; however, the decision to pursue a competitive procurement process rests solely with the government. The notice specifies that oral communication will not be accepted, and provides a link for the Center Ombudsman related to this acquisition. The key contact for this procurement is Shanna Patterson, a procurement specialist at NASA.