Unison Software Renewal
ID: 80NSSC26921400QType: 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 renew its Unison Software license, specifically the FY25 Unison CE TruePlanning Software, which is critical for cost engineering at the Johnson Space Center (JSC) in Houston, Texas. This procurement involves a sole-source contract with Unison Cost Engineering LLC, as they are the exclusive provider of this software, which includes various components, catalogs, and parametric models necessary for effective cost management. The contract period for this renewal is set from March 1, 2026, to February 28, 2027, and will incorporate specific clauses regarding the use of Artificial Intelligence (AI) technologies during contract performance. Interested organizations are invited to submit their capabilities by 1 p.m. CST on December 18, 2025, to Cara Craft at cara.s.craft@nasa.gov for evaluation, with the government retaining discretion on whether to proceed competitively.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Johnson Space Center (JSC) requires the renewal of a FY25 Unison CE TruePlanning Software license. This software package, encompassing various TruePlanning components, Unison catalogs, and parametric models, is essential for cost engineering and includes a single-site license. The period of performance for this renewal is from March 1, 2026, to February 28, 2027, with the work to be performed at NASA JSC in Houston, TX. The contract will include specific clauses regarding the use of Artificial Intelligence (AI) during contract performance, requiring disclosure of AI technologies used by contractors and outlining additional requirements for contracts acquiring covered AI systems or services as defined by OMB memo M-25-22.
    NASA/NSSC intends to award a sole-source contract to UNISON COST ENGINEERING LLC for Unison Software Renewal, citing FAR 13.106-1(b)(1)(i) due to the company being the sole provider. The procurement will be handled by NASA/NSSC, with performance at NASA/Johnson Space Center (JSC). This acquisition falls under FAR Part 12 and FAR Part 13, with NAICS Code 513210. Interested organizations can submit their capabilities by 1 p.m. CST on December 18, 2025, to Cara Craft at Cara.s.craft@nasa.gov for evaluation. The government retains discretion on whether to proceed with a competitive basis. Oral communications are not accepted. NASA Clause 1852.215-84, Ombudsman, is applicable.
    Lifecycle
    Title
    Type
    Unison Software Renewal
    Currently viewing
    Special Notice
    Similar Opportunities
    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.
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    LaRC Abaqus Software Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    2026 MentorcliQ Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its contract with MentorcliQ, Inc. for the 2026 MentorcliQ Renewal, which involves the continuation and expansion of an enterprise-level IT platform for managing mentoring programs across the agency. The contractor will be responsible for providing software subscriptions, designing and configuring new mentoring programs, maintaining existing ones, and offering support and training, with the performance taking place at Stennis Space Center in Mississippi. This procurement is classified under NAICS Code 513210 and will be awarded as a sole source contract, with interested organizations invited to submit their capabilities by December 16, 2025, to Cara Craft at cara.s.craft@nasa.gov for potential competitive evaluation.
    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.
    Notice of Intent to Negotiate Increase to Ceiling Price and Extend the Contract Period of Performance by 12-months for Contract No. NNX16MB01C
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) intends to negotiate an increase to the ceiling price and extend the performance period of Contract No. NNX16MB01C for application software services and maintenance. The contract, known as EAST 2, is crucial for operating, maintaining, and enhancing key business and mission-supporting platforms across the Agency, with a proposed ceiling increase of approximately $150 million, raising the total from $710 million to $860 million. This extension is vital to prevent disruptions in critical application delivery services relied upon by NASA personnel, with the new performance period extending from July 1, 2023, to June 30, 2024. Interested organizations may submit their qualifications to Christy Moody via email by February 8, 2023, to be considered for this contract extension.
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    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.
    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.
    D--Prism Software Licenses
    Interior, Department Of The
    The Department of the Interior, through its Interior Business Center, intends to award a sole source Task Order to Unison Software, Inc. for Prism Software Licenses on behalf of the Peace Corps’ Office of the Chief Financial Officer (OCFO). This procurement includes a 12-month base period followed by three 12-month option periods, aimed at providing contract management software that integrates with the existing financial system, Oracle E-Business Suite/Odyssey. The software is crucial for maintaining continuity of services currently provided by Unison Software, Inc., and this opportunity is not open for competitive proposals; however, responsible sources may submit a capability statement by December 23, 2026, at 2 PM EST, referencing number 140D0426Q0053. Interested parties must include a Unique Entity ID (UEI) and ensure active registration in the System for Award Management (SAM).