SW - VA One
ID: 80NSSC25894011QType: Special Notice
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking to procure maintenance and technical support for its VA One licensing software through a sole-source contract with ESI North America, Inc. This procurement is essential to ensure the continuity of software patches, support, and upgrades necessary for critical projects, including the Space Launch System (SLS) and Gateway, which rely on the software for model validation. The contract is set to run from April 1, 2025, to March 31, 2026, and interested organizations are invited to submit their qualifications by 7 a.m. Central Standard Time on February 5, 2025. For further inquiries, potential bidders can contact Shanna Patterson at shanna.l.patterson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    SW - VA One
    Currently viewing
    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.
    Epsilon3 Pro License Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Epsilon3 Pro License through a sole source contract with Epsilon3, Inc., the exclusive provider of this software. The procurement involves acquiring one on-premise deployment license for a 12-month term, along with an additional 40 licenses, to support electronic procedure execution at the NASA Stennis Space Center in Mississippi. This renewal is crucial for maintaining operational capabilities within NASA's procedural management systems, ensuring continued efficiency and compliance. Interested parties may submit their capabilities and qualifications by 1 p.m. CST on February 6, 2025, to assess the possibility of competitive procurement, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    Comsol Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Comsol software licenses through a sole source contract with Comsol, Inc. The primary objective of this procurement is to secure updated license files and necessary features for a 12-month subscription, which is critical for the development, analysis, and simulation of processing systems, particularly those involved in instrument signal processing. This renewal is essential to avoid delays in time-sensitive projects that could affect their schedules within the current fiscal year. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 11:59 a.m. Eastern Standard Time on February 7, 2025, with the procurement being conducted under FAR Part 12 and FAR Part 13 guidelines. For further inquiries, interested parties can reach out to Kathi Thomas at katheryn.a.thomas@nasa.gov or Tiffany Neal at tiffany.neal@nasa.gov.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide Simulation and Advanced Software Services II (SASS II) at the Johnson Space Center. This procurement aims to secure specialized simulation services in areas such as space-based robotics, avionics, vehicle guidance, navigation and control, and advanced software development for various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives. The selected contractor will play a crucial role in enhancing NASA's capabilities in simulation and software development, supporting future exploration needs. Interested parties must submit their capability statements by June 7, 2024, and can direct inquiries to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    FY25 Deltek Cobra Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Deltek Cobra software for fiscal year 2025 through a sole source procurement from DELTEK INC. This procurement involves acquiring two types of Deltek Cobra software licenses: a standard version for 17 users and a concurrent version for 15 users, which are essential for efficient project management and monitoring within federal operations. The contract period is set from April 1, 2025, to March 31, 2026, with interested parties invited to submit their qualifications by 1 p.m. CST on February 5, 2025. For inquiries, potential bidders can contact Cara Craft at cara.s.craft@nasa.gov.
    Inspection and repair of LaRC G-III engine
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure inspection and repair services for the LaRC G-III engine, specifically for the Spey engine (S/N 11189) installed in a Gulfstream GIII aircraft (N520NA). The selected vendor will be responsible for evaluating the engine following damage identified during a borescope inspection, which includes assisting with engine removal, transportation, and conducting inspections at their facility, ultimately leading to a repair plan that requires NASA's approval. This initiative is critical for maintaining aerospace research capabilities while ensuring compliance with safety and regulatory standards, as all work must adhere to applicable technical publications and FAA regulations. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 1:00 p.m. Central Standard Time on February 7, 2025, with the project timeline mandating completion by March 14, 2025.
    FY25 Atlassian Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its Atlassian software licenses for Fiscal Year 2025, specifically for the Ames Research Center. This procurement includes essential project management tools such as Comala Document Management, ScriptRunner for Confluence, and Advanced Tables for Confluence, which are critical for enhancing operational efficiency within the Ames Mission Network. The renewal emphasizes the importance of maintaining software consistency and compliance with federal regulations, as the Atlassian products are proprietary and integral to NASA's mission operations. Interested vendors must submit their quotes by February 10, 2025, and can contact Tessa Martinez at tessa.m.martinez@nasa.gov for further information.
    Ex Libris Products for Headquarters
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking to procure Ex Libris Products, specifically the Alma Library Management System and Primo VE Discovery Layer, for its Headquarters in Washington, D.C. The procurement will be conducted as a sole source contract with Clarivate Analytics (US) LLC, the only provider of these products, under the authority of FAR 13.501(a). These systems are critical for managing library resources and enhancing user discovery capabilities within NASA's information procurement technology framework. Interested organizations are invited to submit their capabilities and qualifications via email to Tanisha Rush by 4:00 PM CT on February 6, 2025, for consideration in determining whether to pursue a competitive acquisition process.
    The purpose of this contract is to provide specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft. The contractor shall address operational challenges, enhance control optimization, and facilitate integration ta
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft through a sole-source contract with KONGSBERG NANOAVIONICS US LLC. The contractor will be responsible for addressing operational challenges, enhancing control optimization, and facilitating integration tasks to ensure mission success during the spacecraft's de-orbiting process. This procurement is critical for maintaining technical continuity and efficiency, as the selected contractor's familiarity with the project is essential for mitigating risks associated with vendor transitions. Interested parties must submit their qualifications by 7 a.m. CST on February 5, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
    3262033-0502 REGULATED CONNECTOR
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the 3262033-0502 Regulated Connector, with the intention of issuing a sole source contract to Mission Systems Davenport, Inc. This procurement is critical for the NASA Armstrong Flight Research Center (AFRC) and involves specific compliance with quality standards and logistical requirements, including coordination for freight delivery to Edwards Air Force Base. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on February 5, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, interested parties may contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.