Enterprise Endpoint Support Services (EESS) Request for Information (RFI)
ID: GC-2641-01072026Type: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA MANAGEMENT OFFICE -- JPLPASADENA, CA, 91109, USA

NAICS

Computer Facilities Management Services (541513)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking information from qualified vendors for the Enterprise Endpoint Support Services (EESS) through a Request for Information (RFI) issued by the Jet Propulsion Laboratory (JPL). The objective is to identify vendors capable of providing a comprehensive next-generation IT support solution that includes a 24x7 Service Desk, advanced AI-enabled tools, on-site deskside support, and resources for engineering, cybersecurity, and IT Service Management (ITSM) development. This initiative is critical for managing approximately 5,000 Windows, 2,000 Mac, and 250 Red Hat Enterprise Linux computers, along with 5,000 Apple iPhones, ensuring efficient IT operations at JPL. Interested vendors must submit their responses by February 12, 2026, with written questions due by January 21, 2026, and responses to those questions provided by February 4, 2026. For further inquiries, vendors can contact Gloria Cerda at Gloria.E.Cerda@jpl.nasa.gov or by phone at 747-261-8842.

    Point(s) of Contact
    Files
    Title
    Posted
    The Jet Propulsion Laboratory (JPL) is issuing a Request for Information (RFI) to identify vendors capable of providing next-generation Enterprise IT support services. This comprehensive solution requires a 24x7 Service Desk, AI-enabled tools, on-site deskside support, and resources for engineering, cybersecurity, and ITSM development. The RFI is for planning purposes only and is not a commitment to procure services. JPL seeks information on vendor capabilities, proposed staffing, technology, and cost, specifically under NAICS code 541513, “Computer Facilities Management Services,” to inform a potential Small Business Set-Aside procurement. Key dates include written questions due by January 21, 2026, responses to questions by February 4, 2026, and RFI responses due by February 12, 2026. An RFP is anticipated in mid-2026, with a subcontract award in Calendar Year 2027. The scope of services includes managing approximately 5,000 Windows, 2,000 Mac, and 250 Red Hat Enterprise Linux computers, along with 5,000 Apple iPhones. Vendors must detail their approach to service delivery, technology, on-site logistics, governance, cybersecurity, endpoint engineering, mobility, ServiceNow development, and VDI management.
    Lifecycle
    Similar Opportunities
    JOFOC For the Enterprise Applications Service Technologies EAST2 Contract, NNX16MB01C
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for the Enterprise Applications Service Technologies (EAST2) Contract, identified by the contract number NNX16MB01C. This procurement focuses on IT and telecom business application development support services, which are critical for enhancing NASA's operational efficiency and service delivery. The contract will involve labor services that support the development and maintenance of enterprise applications, underscoring the importance of robust IT solutions in NASA's mission. Interested vendors can reach out to Christy Moody at christy.r.moody@nasa.gov for further details regarding this opportunity.
    NRESS III RFP 80HQTR26R0002
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is soliciting proposals for the NASA Research and Education Support Services (NRESS) III under Solicitation No. 80HQTR26R0002. This procurement aims to provide professional and IT support services essential for NASA's peer review program, as well as research, education, and outreach initiatives that facilitate participation in NASA's research programs. The contract, valued at an estimated maximum of $365 million, will be a Cost-Plus-Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) arrangement with a five-year ordering period, commencing on December 1, 2026. Interested parties must submit their proposals by January 30, 2026, and direct any inquiries to Chanda Cannon at Chanda.M.Cannon@nasa.gov or Maikeyza Brown at maikeyza.brown-1@nasa.gov.
    ESS parts/supplies for building security maintenance and upgrades
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotes for Electronic Security System (ESS) parts and supplies necessary for building security maintenance and upgrades at the Office of Protective Services, Langley Research Center (LaRC). The procurement includes a variety of components such as motorized latch retractions, mounting magnets, power supplies, panoramic cameras, and other essential items to enhance security infrastructure. This brand-name requirement is set aside for small businesses under NAICS code 541519, emphasizing the importance of compliance with federal acquisition regulations. Quotes are due by January 9, 2026, at 4:00 p.m. CT, and all inquiries must be directed to Lindsey McLellan by January 7, 2026, at 4:00 p.m. CT.
    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.
    NASA Headquarters Earth Independent Operations (EIO) Partnerships in Anomaly - Request for Information (RFI)
    National Aeronautics And Space Administration
    NASA Headquarters is soliciting information through a Request for Information (RFI) for Earth Independent Operations (EIO) Partnerships in Anomaly, aimed at developing technologies that enable human crews to operate independently of Earth-based support during critical missions. The RFI seeks capability statements from a diverse range of domestic organizations, including small businesses and Historically Black Colleges and Universities (HBCUs), to assess the availability of technologies that can address operational anomalies in space missions, particularly those related to life support, power, and communications. This initiative is crucial for ensuring crew safety and mission success during future Mars missions, where communication delays may hinder timely ground assistance. Interested parties must submit their responses electronically to Andres Martinez at NASA by January 26, 2026, with no solicitation currently available.
    SNA Software LLC. Limited Source Justification
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    Surface LIDAR Requirements for Extraterrestrial Rovers
    National Aeronautics And Space Administration
    NASA's Johnson Space Center is seeking information regarding Surface LIDAR requirements for extraterrestrial rovers as part of its Artemis Program. The agency aims to identify Key Driving Requirements (KDRs) and Key Performance Parameters (KPPs) for LIDAR sensors intended for lunar and future Martian missions, addressing challenges faced by current stereo camera navigation in low-visibility environments. This initiative is crucial for enhancing navigation capabilities in challenging terrains, particularly in the lunar South Pole, where illumination conditions can hinder performance. Interested parties, especially small businesses from all socioeconomic categories, are encouraged to review the attached Request for Information (RFI) and submit their responses by February 5, 2026. For further inquiries, contact Stephen Noethen at stephen.d.noethen@nasa.gov or call 346-528-7684.
    Concurrent Real-Time Information Technology (IT) Annual Maintenance and Warranty Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure an Annual Maintenance and Warranty Renewal package for Concurrent Real-Time Information Technology (IT) services at the Marshall Space Flight Center in Huntsville, Alabama. This procurement involves a commercial-off-the-shelf (COTS) subscription that covers maintenance for 678 NASA-owned IT units, including proprietary hardware and RedHawk Linux software, which are critical for system testing and development. NASA intends to issue a sole source contract to Concurrent Real-Time Inc., the original manufacturer and exclusive provider of the necessary warranties and service agreements. Interested organizations must submit their capabilities and qualifications via email to the designated contacts by 5:00 p.m. CST on January 19, 2026, for consideration in the procurement process.
    CLPS 2.0
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the Commercial Lunar Payload Services (CLPS) 2.0 initiative, aimed at safely integrating, accommodating, transporting, and operating NASA-sponsored payloads using contractor-provided assets. This procurement will follow the current CLPS contracts, focusing on domestic sources that provide domestically manufactured space vehicles, including landers and transporters, to support lunar missions. Interested parties, including small businesses and Historically Black Colleges and Universities (HBCUs), are invited to submit capability statements and responses to specific questions by 5:00 PM CST on February 5, 2026, to the designated email address. For further inquiries, contact Catherine Staggs at catherine.e.staggs@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.