Joint Safety Health Institutional Facilities Team (JSHIFT) 80LARC25R7001
ID: 80LARC25R7001_JSHIFTType: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA LANGLEY RESEARCH CENTERHAMPTON, VA, 23681, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    NASA's Langley Research Center is seeking proposals for the Joint Safety Health Institutional Facilities Team (JSHIFT) contract, aimed at providing comprehensive occupational safety and health services across multiple NASA facilities, including the Goddard Space Flight Center and Johnson Space Center. The contractor will be responsible for managing safety programs, conducting inspections, and ensuring compliance with federal regulations, thereby enhancing safety measures within NASA's operational environments. This procurement is structured as an 8(a) set-aside competition, with a contract value anticipated to include a Firm Fixed Price base period of two years and options for three additional years, with proposals due by June 20, 2025, at 2:00 PM EST. Interested parties should direct inquiries to Lisa Harvey at larc-jshift@mail.nasa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for a contract under the Defense Priorities and Allocations System (DPAS) for a project involving NASA's Langley Research Center (LaRC). It includes provisions for sealed bids and electronic submissions, emphasizing adherence to specified timelines and terms. The solicitation is structured with multiple sections, detailing evaluation factors for award, instructions to offerors, contract clauses, and required supplies or services. The contractor is to deliver various core and indefinite delivery/indefinite quantity task orders related to the Joint Safety Health Institutional Facilities Team (JSHIFT). The contract spans a base period of 24 months with options for additional years, encompassing both fixed price and cost-plus fixed fee arrangements. Total potential contract value is highlighted, with specific emphasis on funding in alignment with contract execution. Key compliance requirements cover identification, marking of government equipment, inspection, and acceptance processes, and delivery specifics. Moreover, the document includes provisions for contractor personnel regulations addressing security protocols and real property management at government facilities. Overall, the RFP serves as a formal invitation for proposals, ensuring rigorous standards for safety, quality assurance, and compliance in executing governmental projects.
    The NASA Langley Research Center is issuing a blackout notice regarding Solicitation Number 80LARC25R7001 for the Joint Safety and Health Institutional Facilities Team (JSHIFT). This solicitation seeks to acquire services in occupational safety and health for several NASA facilities, including the Goddard Space Flight Center and Johnson Space Center. Effective immediately, NASA personnel are prohibited from communication with industry stakeholders about this acquisition until after the proposals are evaluated and the contract is awarded. Any inquiries should be directed to designated Contracting Officer Lisa Harvey or Contract Specialist Stacey Walker, to ensure uniform responses and fair treatment of all prospective bidders. Employees involved with existing contracts related to JSHIFT are reminded to maintain compliance with this blackout notice and limit discussions solely to current contracts. This directive is essential to safeguard the integrity of the acquisition process and uphold equitable practices in interactions with offerors. Overall, the document emphasizes the importance of confidentiality and impartiality in the procurement process for NASA's upcoming projects.
    The Joint Safety Health Institutional Facilities Team (JSHIFT) has issued a presolicitation notice for a competitive acquisition anticipated to establish a 5-year Firm Fixed Price (FFP) contract and an Indefinite Delivery Indefinite Quantity (IDIQ) component to provide core services at various NASA centers including GSFC, JSC, and LaRC. The contract encompasses a 2-year base period followed by three one-year options, with different Contract Line Item Numbers (CLINs) designated for core efforts and IDIQ task orders. A virtual pre-solicitation conference is scheduled for March 10, 2025, from 2 pm to 4 pm Eastern Time, allowing prospective offerors to participate and submit questions in advance. Registration details for the conference are noted, requiring interested parties to respond via email by March 6, 2025. This presolicitation effectively prepares interested contractors for upcoming procurement opportunities, conducive to fostering engagement and clarifying expectations within the federal contracting framework.
    This document serves as Amendment 3 to an RFP, addressing various questions and concerns raised by the JSHIFT team regarding contract performance requirements, pricing narratives, and labor classifications. Key responses include clarifications on the transition period and contract effective start date, with adjustments made to align with existing contract timelines. It specifies the need for detailed pricing techniques in different proposal sections and confirms that specific property management information will be required in proposals. Clarification is given on minimum acceptable direct labor rates and labor category classifications, ensuring alignment with updated Wage Determinations. Additionally, the document addresses uncertainties around potential cost overheads, equipment maintenance responsibilities, and staffing requirements for various emergency response roles. The overall objective is to ensure clarity and relevance of labor and pricing structures, facilitating a competitive and compliant bidding process for contractors while aligning with government regulations and standards. This amendment reflects the government’s iterative process in refining procurement practices to enhance efficiency and comprehensiveness of future contract proposals.
    The document is a Past Performance Questionnaire (PPQ) related to RFP No. 80LaRC25R7001, issued by NASA’s Langley Research Center. Its purpose is to evaluate a contractor's performance in safety and health programs. The questionnaire requires detailed contract information and performance ratings based on specific criteria for areas such as occupational safety inspections, test safety engineering, fire protection, industrial hygiene, and radiation safety programs. Evaluators provide assessments by indicating performance levels from "Exceptional" to "Unsatisfactory" and rating the relevance and amount of work performed with designations like "Significant" or "Minimal." The document's structure includes instructions for completion, sections for contract details and evaluator information, performance ratings, and specific performance work statement areas. A significant focus is on the contractor's ability to meet schedules, adapt to changing requirements, and manage personnel and business relations effectively. This thorough performance evaluation aims to inform procurement decisions regarding the contractor's experience and effectiveness in fulfilling health and safety obligations within the federal framework. The emphasis on precise evaluation criteria underscores the importance of safety and compliance in NASA’s operational context.
    The document outlines the Past Performance Questionnaire (PPQ) for NASA's Langley Research Center, associated with RFP No. 80LaRC25R7001. It serves as a tool for evaluating the performance of contractors engaged in safety, health, and institutional facilities services. The PPQ requires evaluators to report on contract specifics, assess contractor performance across designated work statement areas, and assign ratings based on defined criteria. Key areas evaluated include occupational safety inspections, test safety engineering, fire protection programs, industrial hygiene, and radiation safety programs. Evaluators are instructed to coordinate their assessments, ensuring detailed feedback on the contractor's capability to meet service demands, adhere to safety regulations, and manage personnel effectively. The document highlights the importance of past performance data in determining contractor qualifications for federal procurement processes. By gathering extensive feedback from various stakeholders, NASA aims to ensure compliance with relevant health and safety standards while optimizing contractor selection for future projects.
    The document outlines historical financial expenditures related to occupational and environmental safety across several government facilities, primarily focusing on the Goddard Space Flight Center (GSFC), Langley Research Center (LaRC), and Johnson Space Center (JSC). The total annual cost for GSFC is reported at $58,233, encompassing various categories such as equipment calibration, travel for safety inspections, personal protective equipment, and vehicle maintenance. Travel information indicates specific annual trips for occupational safety, industrial hygiene, and radiation safety, noting the duration and frequency of these trips. Additionally, the management structure is briefly described, indicating staffing details for program/project managers and operational leads. This file provides essential background for potential federal grants or proposals, highlighting historical spending and operational requirements in safety management relevant for future RFPs or funding opportunities. The data serve as a reference for evaluating the appropriateness of future budget proposals and necessary resources in maintaining safety compliance within governmental operations.
    The document outlines the pricing and proposal requirements for Company XYZ, Inc. in response to a government Request for Proposals (RFP). It includes an Excel Pricing Model that consists of multiple tabs, each dedicated to specific components of the pricing structure such as labor build-up, total pricing, and direct costs. Offerors are instructed to provide detailed information on labor categories mapped to NASA standards, fully burdened rates for each labor type, and to justify any direct costs based on historical data. Key components include the calculation of Core Mission Services costs and Indefinite Delivery Indefinite Quantity (IDIQ) rates, alongside compliance with subcontracting limitations as specified in federal regulations. The document specifies how to fill in sections related to costs, labor rates—including overhead and fringe benefits—and the overall summary of proposed prices across different contract periods. Overall, this document demonstrates the agency's structured approach to budget evaluation, ensuring transparency and consistency in federal contracting. The emphasis on detailed cost justification and adherence to guidelines indicates a stringent process aimed at effective resource allocation and compliance within the framework of government contracts.
    The document outlines the pricing proposal from Company XYZ, Inc. for various core mission services in response to federal government RFP #NNM13440940R. The proposal includes detailed cost breakdowns for different contract periods across three NASA centers: GSFC, JSC, and LaRC, outlining costs for core fully burdened labor and other direct costs (ODC) such as sampling and calibration expenses. The total proposed costs over the base and option years amount to $99,509. Key budget entries show significant allocations for sampling costs, particularly at LaRC, while JSC presents a $0 cost across the board, indicating either non-involvement or a zero-cost service offering. Each center includes core mission services for industrial hygiene and safety, with labor costs and metrics structured to adhere to federal guidelines. The document includes instructions on labor build-up, fees, and subcontracting limitations, ensuring compliance with federal procurement regulations. This pricing proposal is pivotal in securing federal funding and demonstrating the company's capability to deliver required services efficiently within outlined budgets.
    NASA is hosting a pre-solicitation conference for the Joint Safety Health Institutional Facilities Team (JSHIFT) on March 10, 2025, from 2:00 pm to 4:00 pm (Eastern), where key topics related to procurement and technical overviews will be discussed. The purpose of the procurement is to consolidate various safety and health services into a single contract, improving standardization across multiple NASA centers. Interested offerors must submit questions by March 14, 2025, and ensure proposals adhere to the outlined instructions to be considered for award based on their past performance and price.
    The pre-solicitation conference for NASA's Joint Safety Health Institutional Facilities Team (JSHIFT) RFP 80LARC25R7001 aims to consolidate occupational safety and health services across multiple centers, specifically the Johnson Space Center (JSC), Goddard Space Flight Center (GSFC), and Langley Research Center (LaRC). The conference, set for March 10, 2025, outlines procurement rules, proposal preparation guidelines, and key evaluation factors, emphasizing that past performance will be prioritized over price in the selection process. The RFP seeks a single award contract with a two-year base period and three one-year options, focusing on comprehensive safety, industrial hygiene, and radiation protection programs. Evaluation will include the assessment of past safety contract performances and pricing proposals, which must be prepared using provided models. The proposal deadline is set for April 30, 2025, with the contract award scheduled for August 18, 2025. Key deliverables post-award include a Safety and Health Plan and security requirements documentation. The conference ensures potential offerors understand the expectations for compliance with safety regulations and procurement integrity. A detailed list of attendees and their companies is compiled to facilitate future collaboration opportunities in the bidding process. This initiative underlines NASA's commitment to maintaining high safety standards across its facilities while streamlining procurement procedures.
    The document contains vendor questions and comments regarding the Draft Performance Work Statement (PWS) for the JSHIFT contract, which involves various safety and health support services across NASA Centers. Key topics include contractor responsibilities, safety compliance with updated policies, vehicle provision requirements, and the management of safety training programs. The responses to vendor inquiries clarify that while most personnel will work onsite, some management functions may occur offsite. Equipment and facilities are predominantly government-provided, ensuring adequate resources for work performance. The document also highlights the need for accurate staffing information, historical data for pricing, and the impact of existing contractual arrangements on task allocations. Furthermore, it discusses the continuation of contract requirements under the 8(a) program, assuring stakeholders of fair competition and transparency throughout the procurement process. The overall aim is to establish a clear and effective contracting framework that meets NASA's safety standards and operational needs while maintaining compliance with federal regulations.
    The document addresses questions and comments related to the Draft Performance Work Statement (PWS) for the JSHIFT initiative in the context of a NASA contracting process. It outlines key considerations regarding contractor responsibilities, particularly regarding personnel and accommodation of equipment. The main inquiries include the necessity for additional contractor-provided vehicles beyond those offered by NASA and how to manage costs associated with using personal vehicles for official tasks. The document emphasizes adherence to updated safety protocols per NASA directives. Furthermore, it notes provisions for vehicle use at specific NASA Centers, with details on management and reimbursement processes. Overall, it highlights the need for clarity on operational logistics and safety compliance within this federal contracting framework.
    The document outlines the results of a pre-award survey assessing the accounting system of a prospective contractor for a government contract. It indicates that the accounting system is acceptable for contract award, with a recommendation for a follow-up review after the contract is awarded. The survey ensures compliance with generally accepted accounting principles and evaluates specific criteria such as proper cost segregation, identification and accumulation of costs by contract, and maintenance of reliable financial information. Key evaluations cover the system's operation, including timekeeping, labor distributions, and cost determination methods. The survey also emphasizes the importance of the contractor's accounting system in supporting ongoing acquisitions and contract requirements. The objective is to ensure that the contractor's financial practices align with federal guidelines, ultimately safeguarding taxpayer interests and maintaining contract integrity.
    The Quality Assurance Surveillance Plan (QASP) outlines the monitoring approach for a contract related to safety support services at NASA's Goddard Space Flight Center, Johnson Space Center, and Langley Research Center. Set to run from September 15, 2025, to September 14, 2030, the contract aims to ensure compliance with NASA policies and federal regulations in occupational safety and health. The QASP establishes protocols for assessing contractor performance based on outcomes rather than compliance with processes, promoting contractor flexibility and innovation in service delivery. Roles and responsibilities of the Contracting Officer (CO), Contracting Officer’s Representative (COR), and Technical Monitors (TMs) are defined, ensuring effective oversight of contractor performance. Performance metrics and surveillance methods, including inspections, audits, and feedback solicitation, are detailed to enable the government to evaluate service delivery against specified standards. Documentation maintenance, such as annual evaluations and technical status reviews, is required for transparency and accountability. This systematic approach aims to guarantee that the contractor meets the performance objectives effectively while adhering to quality control standards throughout the contract's lifecycle.
    The NASA Guide on Organizational Conflicts of Interest (OCI) provides comprehensive guidance for identifying and resolving potential conflicts in federal contracting, particularly relevant for RFPs and grants. The document delineates three main types of OCIs—unequal access to information, impaired objectivity, and biased ground rules—each with specific implications for contractors. It emphasizes that contracting officers must identify potential conflicts early in the acquisition process and offers various resolution strategies: avoidance, neutralization, mitigation, and waiver. The guide outlines procedural responsibilities for contracting officers, highlighting the need for early consultation with legal and technical experts. Each chapter addresses particular aspects of OCIs, including their identification, resolution, and implications in different contracting scenarios, such as sole-source contracts and during contract administration. The effectiveness of methods like implementing firewalls and limiting future contracting opportunities is also discussed. The overarching goal is to prevent unfair advantages, thus ensuring integrity in the procurement process, which is fundamental to government contracts at all levels. This guidance is pivotal for maintaining equitable competition and trust in government contracting, aligning with FAR and NASA regulations.
    The RFP No. 80LARC25R7001 outlines the contract requirements for the Joint Safety Health Institutional Facilities Team (JSHIFT) to provide comprehensive institutional occupational safety and health services at NASA's Goddard Space Flight Center, Johnson Space Center, and Langley Research Center. The contractor will manage, implement, and sustain safety services, ensuring compliance with NASA policies and federal regulations. Key objectives include improving safety behaviors, enhancing mishap investigation processes, and integrating risk management in operational decision-making. Integral tasks cover institutional occupational safety services such as mishap response, safety inspections, and construction safety, alongside occupational health services like industrial hygiene assessments and drinking water evaluations. Specific requirements are detailed for each center, reflecting their unique operational needs. The contract adopts an Indefinite Delivery/Indefinite Quantity (IDIQ) format, whereby task orders may be issued as needed. Regular reporting, training, equipment maintenance, and compliance with applicable laws are critical aspects of the contractor's responsibilities. This contract exemplifies NASA's commitment to safety as a core value across its facilities.
    The Request for Proposal (RFP) 80LARC25R7001 outlines a contract for the Joint Safety Health Institutional Facilities Team (JSHIFT), tasked with occupational safety and health services at NASA's Goddard Space Flight Center, Johnson Space Center, and Langley Research Center. The contractor is responsible for supporting institutional safety programs to comply with NASA policies and federal regulations, focusing on both general and center-specific occupational safety, and health requirements. Key services include conducting safety inspections, emergency response, training, and policy development regarding health hazards, industrial hygiene, and fire safety. The contractor will facilitate incident response, manage hazardous material evaluations, and implement personal protective equipment protocols. Specific tasks also encompass fire safety support at JSC and LaRC, including inspections and system maintenance. The RFP emphasizes a comprehensive approach to safety, blending operational readiness with risk management strategies tailored to the unique environments of each center. Task orders may extend support to other NASA facilities and the contract operates under an indefinite delivery/indefinite quantity (IDIQ) framework. This RFP aims to enhance safety measures within NASA’s facilities, ensuring a proactive and compliant work environment in line with national standards.
    The document outlines the Performance Work Statement (PWS) for the Joint Safety Health Institutional Facilities Team (JSHIFT) under RFP NO. 80LARC25R7001. The contractor is tasked with providing various occupational safety and health services at NASA’s Goddard Space Flight Center, Johnson Space Center, and Langley Research Center. Key areas of focus include institutional and occupational safety, industrial hygiene, radiation protection, safety training, and emergency preparedness. The contract specifies management of safety programs to comply with NASA policies and federal regulations, support for mishap investigations, safety inspections, and the creation of safety communications. Occupational health services include assessment of workplace exposure and industrial hygiene services. Additionally, the hybridization of safety contracts aims to standardize practices across centers while accommodating unique operational requirements. Overall, the contract emphasizes the importance of safety in a complex work environment, reflecting NASA's commitment to protecting personnel and assets. The work is to be performed both on-site and off-site, with compliance to regulatory frameworks guiding operations. Regular reporting and data management will be essential for effective oversight and improvement of safety practices across the agency.
    This Data Requirements Description (DRD) outlines the data deliverables required for the Joint Safety Health Institutional Facilities Team (JSHIFT) contract. It serves as a contractual guide for suppliers on document preparation, types, and categories of data submissions. Key deliverables include the Kickoff Meeting, Quality Management Plan, Safety and Health Plan, and various compliance reports. Each deliverable type is categorized into three types: Type 1 (requires written approval), Type 2 (subject to time-limited disapproval), and Type 3 (does not require NASA approval upon timely submission). The DRD establishes specific timelines for submissions, the required distribution of documents, and the format for reporting, including electronic compatibility. Essential elements covered include the contractor's management strategies, safety compliance, quality assurance, organizational conflict of interest mitigation, and security requirements for IT resources. Each deliverable is intended to ensure that all contract responsibilities are met effectively and that safety, health, and compliance standards are adhered to throughout the contract period. Overall, the document emphasizes systematic management of safety and data reporting to foster transparency and accountability in contract execution.
    The Data Requirements Description (DRD) serves as the governing document for the Joint Safety Health Institutional Facilities Team (JSHIFT) contract, detailing the necessary data deliverables required from contractors. It categorizes deliverables into three types based on approval requirements: Type 1 requires advance written approval, Type 2 needs review 45 days prior to release, and Type 3 does not require approval but must meet contractual obligations. The DRDs cover administrative, technical, and safety categories, including key documents such as the Quality Control Plan, Safety and Health Plan, and various financial and progress reports. Each deliverable outlines submission timelines, formatting stipulations, and distribution details, emphasizing the necessity for timely submission to ensure compliance with agency policies. The document's structured approach ensures accountability and clarity in reporting while actively managing safety, financial oversight, and conflict of interest issues throughout contract execution. As a cornerstone in federal contracting for government services, this DRD aligns with the objectives of maintaining safety and operational efficacy within institutional facilities, reflecting the government's commitment to transparent and efficient management of taxpayer resources.
    The Data Requirements Description (DRD) document outlines deliverable requirements for the Joint Safety Health Institutional Facilities Team (JSHIFT) contract managed by NASA. It defines the obligations of contractors regarding document preparation and submission, categorizing deliverables into three types based on their necessity for NASA's approval. Key categories include Administrative, Technical, and Safety & Mission Assurance (S&MA), covering a range of reports such as Quality Management Plans, Safety and Health Plans, and financial reports. Each deliverable has specific criteria, submission timelines, and formatting requirements, emphasizing compliance with safety regulations and effective management practices. The DRDs specify that all paperwork must be systematically tracked and approved, with penalties for delayed submissions or inadequate quality. The overarching goal is to ensure contract execution aligns with NASA’s operational standards while emphasizing safety, health, and proper financial management. This structured approach streamlines oversight, accountability, and collaborative efforts amongst contractors and NASA employees, crucial for maintaining safety across institutional facilities.
    The document outlines the Schedule of Rates for the Indefinite Delivery Indefinite Quantity (IDIQ) contracts associated with various NASA centers, specifically Goddard Space Flight Center (GSFC), Johnson Space Center (JSC), and Langley Research Center (LaRC). It defines fully burdened labor rates for a range of labor categories including Program Management, Occupational Safety, Fire Safety, Occupational Health, and Radiation Program roles across two base years and three option years, all recorded under "To Be Provided" (TBP) indicators. The rates are designed to include both direct and indirect costs, excluding fees, and are to be applied to all task orders issued under this contract. The document emphasizes that the pricing schedule must be adhered to, and contractors must not exceed specified labor rates, ensuring compliance with the task ordering procedures related to the contract. This document serves as a critical reference for contractors in pricing their services in compliance with federal procurement guidelines, fundamental for governmental RFP processes.
    The document outlines the Government Property Installation Accountable List for the GSFC_JSHIFT Equipment. It details various items, primarily air pumps, meters, and other scientific measuring devices, along with their manufacturers, model numbers, serial numbers, quantities, and individual costs. The list includes a variety of equipment such as air quality monitors, noise dosimeters, multigas meters, and thermometers, reflecting a focus on environmental and safety monitoring equipment. Equipment specifications are divided into line items, each item annotated with its operational status, location, and calibration frequency. Notably, many items are categorized as in service, in storage, or set to be excessed, indicating their current usability and maintenance needs. This document is significant in the context of federal RFPs and grants, providing a detailed inventory necessary for managing government assets and ensuring compliance with regulations related to the maintenance and deployment of scientific equipment. This meticulous record aids in decision-making concerning funding and resource allocation, underscoring the operational functionality and financial considerations within government projects.
    The document outlines a comprehensive equipment inventory list, detailing various government property at the GSFC (Goddard Space Flight Center) Installation. This list includes numerous air pumps, meters, and measuring devices, along with their respective manufacturers, model numbers, serial numbers, quantities, and individual costs. The primary purpose of this inventory is to facilitate asset tracking, maintenance scheduling, and compliance with federal regulations regarding government property management. The document is structured in a tabular format, categorizing items by their specifications and financial details, highlighting the acquisition cost and current status (in service, in storage, or due for excessing). By maintaining detailed records of equipment in various buildings, it ensures accountability and aids in decision-making for resource allocation and equipment replacement. Overall, this equipment list serves a vital role in governmental operations, reflecting both fiscal responsibility and adherence to regulatory standards in the management of public assets.
    The document is a comprehensive wage determination register from the U.S. Department of Labor under the Service Contract Act. It outlines the minimum wage requirements for federal contracts, emphasizing the application of Executive Orders 14026 and 13658. Contracts awarded after January 30, 2022, mandate a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, stipulate a minimum wage of $13.30. The document categorizes various occupations, providing specific wage rates alongside fringe benefits. It covers states including the District of Columbia, Maryland, Virginia, and Texas, detailing the requirements for numerous job titles in both administrative and technical fields. Additionally, it addresses benefits such as health and welfare, vacation, and paid sick leave under Executive Orders. The inclusion of compliance guidelines for contractors regarding classification and pay also features prominently, underscoring adherence to wage standards and protections for workers under federal contracts. This summary aids in understanding wage responsibilities tied to RFPs and grants for federal and state contracts.
    This document serves as an amendment notice for a solicitation related to the NASA Langley Research Center. The main purpose is to update the proposal due date from June 6, 2025, to June 20, 2025, at 2:00 PM EST. It requires contractors to acknowledge receipt of this amendment by specific methods, including completing forms and submitting them prior to the deadline. Additionally, it outlines that any changes to an already submitted offer must follow similar acknowledgment procedures and be received by the designated time. The document includes details necessary for contractors, such as the contract ID code, amendment number, and the requirements for acknowledging the amendment. It emphasizes that although acknowledgment is required, contractors are not mandated to sign the amendment document itself. An updated version of the solicitation form (SF33) is included for convenience, and it notes that further amendments will address any inquiries received regarding the solicitation. Overall, this amendment is a procedural update to ensure compliance and communication with interested parties in the bidding process.
    This document serves as Amendment 00003 to a Request for Proposal (RFP) issued by NASA’s Langley Research Center. It contains critical updates regarding the solicitation, including answers to industry queries and a timeline extension for offer submissions. Key revisions include a change in the performance start date, modifications to labor categories, and the inclusion of new wage determinations. Sections throughout the RFP have been adjusted to correct references and include additional requirements such as clauses related to labor standards. The amendment provides a consolidated view of both significant and minor updates, ensuring clarity and coherence. Overall, this document aims to facilitate better contractor compliance and streamline the proposal process while ensuring adherence to federal standards. Important attachments, such as the updated Performance Work Statement and changes to the Excel Pricing Model, further illustrate the comprehensive nature of the amendments. The emphasis on procedural correctness and detailed updates underscores the document's role in fostering transparency and efficiency within the contracting process.
    This document serves as an amendment to a solicitation from NASA Langley Research Center, modifying the proposal due date from May 22, 2025, to June 6, 2025, at 2:00 PM EST. It outlines the required acknowledgment of receipt for this amendment, stating options for contractors to confirm that they have received it, either through specific forms or electronic communication. The amendment states that failure to acknowledge could result in the rejection of their offer. Additionally, it mentions that changes to already submitted offers can be made before the updated deadline. The document also affirms that unless further stated, all other terms of the solicitation remain in full effect. An updated Standard Form 33 (SF33) is provided for ease of amendment acknowledgment, with an indication that a subsequent amendment responding to prior questions will follow.
    The document outlines a government solicitation for contracts under the Defense Priorities and Allocations System (DPAS) pertaining to supplies and services required by NASA Langley Research Center. It provides essential details including the solicitation number (80LARC25R7001), submission deadlines, and the requirement for sealed offers. An emphasis is placed on compliance with various provisions within the solicitation, detailing the importance of prompt submissions and acknowledgment of amendments. The structure includes sections for offeror information, evaluation factors, and instructions for applications, highlighting the necessity of following outlined guidelines for submissions. Essential contact information for inquiries (Lisa M. Harvey, larc-jshift@mail.nasa.gov) is provided. The document also specifies award procedures and payment logistics, signifying the formal process of contract engagement within government procurements. Overall, it serves as a comprehensive guide for potential bidders aiming to respond to this solicitation in alignment with federal regulations.
    This document outlines the solicitation and award process for a rated contract under the Defense Priorities and Allocations System (DPAS), specifically tailored for federal government RFPs. It includes essential details such as the contract number, solicitation number, and the timeframe for submitting sealed offers. The document specifies that offers must be received by a given deadline and includes a caution regarding late submissions. It also contains a section on the acknowledgment of amendments to the solicitation, reflecting compliance with changes. Key components involve contact information for inquiries, the structure of evaluation factors for award, and the necessary representations, certifications, and clauses aligned with federal procurement guidelines. The completion sections are designated for the offeror to confirm acceptance within a specified period and include guidelines for discounts for prompt payments. The award section is reserved for governmental use, detailing acceptance, amounts, and payment processing. Overall, the purpose of this document is to guide potential offerors through the contracting process, ensuring compliance with federal regulations, while providing a structured framework for bids and proposals.
    The document is a solicitation for bids pertaining to a contract under NASA's Joint Safety Health Institutional Facilities Team (JSHIFT) project. It outlines the contract's requirements, the supplies and services to be provided by the contractor, including various resources necessary for compliance with Performance Work Statement (PWS) and Data Requirements Documents. The contract is structured with multiple Contract Line Item Numbers (CLINs), indicating both Firm-Fixed Price (FFP) and Indefinite Delivery/Indefinite Quantity (IDIQ) task order formats. The contract spans 24 months with options to extend up to 60 months. It emphasizes federal acquisition regulations, including clauses related to inspection, acceptance, delivery, and payment processes, as well as safety and security measures for contractor employees accessing NASA facilities. The contractor must adhere to strict protocols, including equipment marking and identification, to ensure compliance with NASA standards. Key personnel, funding limits, and Special Contract Requirements highlight the contract's complexity and the governmental oversight involved. The document serves as a formal request for proposals, indicating the government's intent to procure these essential services while ensuring adherence to applicable legal and procedural guidelines within NASA's operational framework.
    Similar Opportunities
    Provide NASA with a career page which can be used for job postings and growing employer brand/followers.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to establish a dedicated career page to enhance job postings and strengthen its employer brand through a sole source contract with Carahsoft Technology Corp. The initiative aims to provide three recruiter licenses for unlimited candidate search and outreach, five job dashboard manager seats for efficient job management, and 51 job slots to streamline the hiring process, all while showcasing NASA's culture and building a talent pipeline. The performance period for this project is set from December 12, 2025, to December 11, 2026, with interested organizations invited to submit their capabilities and qualifications by 12 p.m. Central Standard Time on December 15, 2025, to determine the potential for competitive procurement.
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.
    Justification for Other than Full and Open Competition (JOFOC): Aviation Safety Reporting System (ASRS) and Related Systems - Extension 3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is extending a sole-source contract for the Aviation Safety Reporting System (ASRS) and related systems, originally awarded on May 8, 2023. This contract extension, designated as Contract No. NNA16BD58C, will last for twelve months, from May 9, 2023, to May 8, 2024, contingent upon the exercise of all options. The ASRS plays a critical role in enhancing aviation safety by collecting and analyzing safety reports, thereby contributing to the overall safety of air travel. For further inquiries, interested parties can contact Nairi Freeman at nairi.freeman@nasa.gov or Veronica Gutierrez at veronica.l.gutierrez@nasa.gov, with the secondary contact also reachable by phone at 650-604-5626.
    Protective Services Office (PSO) Support Services Contract
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking support services for its Protective Services Office (PSO) through a contract justified under Other than Full and Open Competition (JOFOC). This procurement is aimed at fulfilling specific security and housekeeping needs essential for the operational integrity of the facility. The services are critical for maintaining a safe and secure environment at the Moffett Field location in California. Interested parties can reach out to Paul Gonia at paul.m.gonia@nasa.gov or Starr Strong at starr.l.strong@nasa.gov for further details regarding this opportunity.
    JOFOC for the Flight-Like Advanced Material Reactors
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for Other Than Full and Open Competition for the Flight-Like Advanced Material Reactors contract, identified as 80MSFC21CA010. This procurement aims to support advanced research and development in national defense and atomic energy, focusing on the creation of innovative material reactors that simulate flight conditions. The contract is critical for advancing NASA's capabilities in applied research within the aerospace sector. For further inquiries, interested parties can contact Laura Bullington at Laura.E.Bullington@nasa.gov or Cynthia Hubbard at cynthia.a.hubbard@nasa.gov.
    NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) NASA INFORMATION TECHNOLOGY PROCUREMENT OFFICE (ITPO) JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOFOC) For the Enterprise Applications Service Technologies (EAST) 2 Contract, NNX16MB01C
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to extend the Enterprise Applications Service Technologies (EAST) 2 contract, NNX16MB01C, through a Justification for Other Than Full and Open Competition (JOFOC). This action aims to increase the contract ceiling by $150 million and extend the period of performance by 12 months, with an option for an additional six-month extension, to ensure continued support for critical IT and telecom business application development services. The modification will be awarded as a sole source contract to the current prime contractor, Science Applications International Corporation (SAIC), with the new contract period extending through June 30, 2024. For further inquiries, interested parties may contact Christy Moody at christy.r.moody@nasa.gov.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    Entry Systems Technology Research and Development (ESTRAD) Extension 3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the Entry Systems Technology Research and Development (ESTRAD) contract through a Justification for Other than Full and Open Competition (JOFOC). This procurement aims to continue research and development activities related to space R&D services, space flight, and basic research, which are critical for advancing NASA's objectives in aeronautics and space exploration. The performance will take place in California, specifically in the city of Moffett Field, with Rachel Jandron as the primary contact for inquiries at Rachel.A.Jandron@nasa.gov. Further details can be found in the attached JOFOC document, which outlines the justification for this procurement approach.
    JOFOC for FILMSS Ext5 (NNA14AB82C)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the Fully Integrated Lifecycle Mission Support Services (FILMSS) through a Justification for Other Than Full and Open Competition (JOFOC). This procurement aims to continue essential support services in operations research and quantitative analysis, as outlined in the Federal Acquisition Regulation (FAR) 6.303 and NASA FAR Supplement (NFS) 1806.303. The FILMSS is critical for ensuring the effective management and execution of NASA's mission support activities. Interested parties can reach out to Devin Mooers at devin.m.mooers@nasa.gov or Gary Shelley at gary.a.shelley@nasa.gov for further information regarding this opportunity.