Joint Safety Health Institutional Facilities Team (JSHIFT)
ID: 80LARC25R7001_JSHIFTType: Presolicitation
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

    The National Aeronautics and Space Administration (NASA) is initiating a presolicitation for the Joint Safety Health Institutional Facilities Team (JSHIFT), aimed at establishing a competitive acquisition for a 5-year Firm Fixed Price (FFP) contract with an Indefinite Delivery Indefinite Quantity (IDIQ) component. This procurement will provide essential core services across various NASA centers, including Goddard Space Flight Center (GSFC), Johnson Space Center (JSC), and Langley Research Center (LaRC), with a contract structure comprising a 2-year base period followed by three one-year options. A virtual pre-solicitation conference is scheduled for March 10, 2025, from 2 pm to 4 pm Eastern Time, where prospective offerors can engage and submit questions; registration is required by March 6, 2025. Interested parties can reach out to Lisa Harvey at larc-jshift@mail.nasa.gov for further information regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    NetApp DS212C HW Accessories/Services & ONTAP SW
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking vendors to provide hardware and software services, specifically for the NetApp DS212C Storage Shelf and ONTAP software, to replace aging disk drives at the Johnson Space Center (JSC) in Houston, Texas. The procurement includes various components such as cables, a rail kit, empty storage shelves, and drive packs, with a total requirement of 36 drive packs and 8 storage shelves, emphasizing the need for modern storage solutions to support NASA's data management capabilities. Interested vendors must submit their quotes by March 3, 2025, ensuring compliance with federal regulations, and address any technical inquiries by February 28, 2025, to Cara Craft at cara.s.craft@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.
    FY25 Seredata Facility and Data Enterprise License Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking a sole source contract for the FY25 Seredata Facility and Data Enterprise License Renewal, with SLINGSHOT AEROSPACE LTD identified as the exclusive provider. This procurement aims to support risk and reliability assessments for key NASA programs, including Gateway, SLS, EM1, and Commercial Crew, by providing a license for unlimited users within the SMA Group and a full data download facility for a duration of 12 months. The license is crucial for maintaining timely access to vital data that underpins NASA's ambitious space exploration initiatives. Interested organizations must submit their qualifications by 1 p.m. CST on March 6, 2025, and can contact Cara Craft at cara.s.craft@nasa.gov for further information.
    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.
    Facilities And Operations Maintenance Support Services II (FOMSS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The contract aims to deliver comprehensive operations, maintenance, and repair services for a diverse campus comprising approximately 344 structures, including complex aerospace facilities and environmental management tasks related to hazardous waste. This competitive acquisition is designated as an 8(a) set-aside, with a total estimated value of $110 million over a five-year period, including a 45-day phase-in and multiple option years. Interested parties must submit their comments on the Draft Request for Proposal (DRFP) by August 29, 2024, and proposals are anticipated to be due by October 11, 2024. For further inquiries, contact Noeleen Laughlin at noeleen.laughlin@nasa.gov or Joseph R. Tynes at joseph.r.tynes@nasa.gov.
    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.
    Lunar Freezer System
    Buyer not available
    NASA's Johnson Space Center is seeking proposals for the Lunar Freezer System (LFS), a critical initiative aimed at developing a specialized refrigeration system for lunar operations. The LFS will be responsible for safely returning temperature-sensitive scientific samples from the Moon and Gateway Space Station, requiring innovative solutions that can withstand the unique conditions of the lunar environment. This project emphasizes NASA's commitment to advancing space exploration and ensuring the preservation of biological samples, with a contract duration of up to 7.5 years, including a base period and two optional extensions. Interested offerors must submit their proposals by March 6, 2025, and are encouraged to attend a Pre-Proposal Conference on February 11, 2025. For further inquiries, potential bidders can contact Victoria Miller at victoria.n.miller@nasa.gov or Jonathan Anzures at jonathan.anzures@nasa.gov.