Presolicitation Program and Analysis Control (PAAC VI) Support Services
ID: 80GSFC24R0042Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GODDARD SPACE FLIGHT CENTERGREENBELT, MD, 20771, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking proposals for the Program Analysis and Control (PAAC VI) Support Services through a Draft Request for Proposal (DRFP). The selected contractor will provide essential Project Planning and Control (PP&C), Financial Services, and related functions across various NASA facilities, including NASA Headquarters, Langley Research Center, and Goddard Space Flight Center. This contract, structured as an 8(a) set-aside competition, will be awarded as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year ordering period, emphasizing the importance of effective project management and compliance with NASA standards. Interested parties are encouraged to submit comments on the draft by March 24, 2025, and participate in an Industry Day scheduled for March 28, 2025, with proposals due approximately 30 days after the final RFP release around May 19, 2025. For further inquiries, contact Sherry Barbour at sherry.barbour@nasa.gov or call 301-286-6164.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Program Analysis and Control (PAAC) VI contract, outlined in Statement of Work (SOW) DRFP 80GSFC24R0042, focuses on providing a broad range of services to support the agency in managing its missions and programs. The contract emphasizes the need for effective Program Planning & Control (PP&C), project support, financial and accounting services, and process optimization across various NASA facilities. Key tasks include planning and scheduling activities, risk management, documentation control, earned value management (EVM), and compliance with NASA policies and federal regulations such as Section 508 for accessibility. The contractor is expected to foster collaboration and communication with NASA personnel, adapt to changing requirements, and maintain high-quality service. Security compliance is also critical, requiring contractors to safeguard NASA assets and sensitive information. Overall, this contract represents an integral part of NASA’s operational strategy, reflecting a commitment to streamlined processes and best practices, ensuring successful mission execution and adherence to legal and regulatory guidelines.
    The document outlines the Indefinite Delivery Indefinite Quantity (IDIQ) labor rates and cost estimation guidelines for the Request for Proposal (RFP) DRFP 80GSFC24R0042, relevant to all task orders under the resultant contract. It specifies maximum allowable direct labor rates for prime and subcontractor labor categories across various contract years, establishing a structure for pricing proposals. The prime contractor must adhere to not-to-exceed rates, which can be lowered during task order pricing. The document also details cost estimating relationships (CERs), indirect cost rates, and fixed fee rates that must be delineated for pricing Other Direct Costs (ODCs) and determining subcontractor labor rates. Each category demands explicit definitions of application bases for clarity. Position qualifications for each labor category are to be proposed, ensuring that both direct and subcontractor labor categories meet specified qualifications. The primary aim of this document is to standardize pricing and ensure compliance with government contracting practices, thereby facilitating fair bidding processes for federal contracts. Overall, it emphasizes a systematic approach to labor and cost assessment in government contracts while ensuring transparency and uniformity.
    The document outlines the financial management reporting requirements for contractors engaged under the NASA 533 series reports, as stipulated in the DRFP 80GSFC24R0042. Contractors must provide a detailed individual 533 Report for each Task Order and a cumulative report summarizing all Task Orders, detailing costs and labor hours based on specified categories. Variance narratives are essential for discrepancies over ±10% between estimated and actual costs or direct labor hours, explaining reasons, impacts, and corrective actions. Reports must be submitted on set timelines: an initial NF 533Q within 30 working days post-award, followed by monthly NF 533M reports. Essential cost data categories include prime and subcontractor labor hours and costs, overhead expenses, other direct costs, and overall estimated costs. This requirement ensures transparency and accountability in financial management for government contracts, facilitating effective monitoring and compliance with federal guidelines.
    The document provides a detailed inventory of accountable government property (IAGP) associated with the Goddard Space Flight Center, dated August 2024, as part of Request for Proposals (RFP) DRFP 80GSFC24R0042. It lists various items, such as laptops, computers, printers, teleconferencing equipment, and other technology, alongside respective details including end users, manufacturers, model numbers, serial numbers, acquisition costs, installation subs, room designations, and custodian accounts. The inventory showcases substantial investment into equipment for operational purposes, indicating detailed tracking and responsible management of governmental assets. This document has implications for federal grants and budget allocation processes, acting as both a record of current holdings and a resource for planning future procurement or upgrades necessary for advancing mission capabilities at the facility. The clarity and granularity of the information provided suggest a high level of preparation for asset management and operational budget considerations tied to government contracts.
    The document outlines the list of government-furnished property associated with NASA's Goddard Space Flight Center (GSFC) as part of the Draft Request for Proposal (DRFP) 80GSFC24R0042. It catalogues various pieces of equipment, primarily focusing on computers and digital cameras, along with their respective acquisition values, locations, and status of use. The property, spread across different buildings in Greenbelt, MD, and remote locations in New Hampshire and Florida, includes a detailed inventory of items acquired from 2015 to 2024. All entries highlight that the equipment is currently "In Use," with specific dates denoting the acquisition and reason for inactivity. This structured inventory serves as a reference for managing government assets in accordance with federal procurement processes, ensuring proper allocation and monitoring of resources integral to NASA’s operations and projects.
    The document details the Safety and Health Plan related to the Request for Proposal (RFP) DRFP 80GSFC24R0042. It outlines the requirement for a comprehensive Safety and Health Plan to be submitted within 30 days post-contract award. The plan is intended to ensure compliance with safety regulations and protect health during project execution. Key components likely include risk assessment, safety protocols, training programs, emergency response strategies, and monitoring procedures. The emphasis on safety and health underscores the government's commitment to maintaining high standards for contractor operations, reflecting the importance of systematic planning in federal contracts. This document serves as a guideline for contractors to uphold safety measures and promote well-being throughout the project's lifecycle.
    This document outlines the requirements for a potential follow-on contract solicitation issued by NASA, referencing historical labor data from the current contract. NASA aims to include specific labor category descriptions, weighted average direct labor rates, and other relevant information in future solicitations to enhance evaluation fairness and mitigate the risk of unrealistic pricing from contractors. The contractor is mandated to provide detailed historical data within 30 days, including labor resources categorized by labor type, wage rates, escalation percentages, exemption statuses, position descriptions, and non-labor expenditures over the past year. Moreover, it calls for information on indirect labor, productive work hours, and data relevant to significant subcontractors involved. A consolidated response for both prime contractors and subcontractors is preferred, ensuring a comprehensive overview for evaluation purposes. This structured approach aims to streamline the solicitation process while ensuring effective competition and transparent pricing, reflecting best practices in the procurement of government contracts.
    The document outlines an Organizational Conflicts of Interest (OCI) Avoidance Plan, part of the federal procurement process identified as DRFP 80GSFC24R0042. It details the structure and requirements for contractors to identify, manage, and report any potential conflicts that may arise during the performance of a contract or task order. Key sections include an introduction with company details and the scope of work, procedures for implementing the OCI avoidance plan, and the identification and mitigation of potential OCIs such as unequal access to information and impaired objectivity. It also emphasizes training for employees on OCI policies, reporting procedures, and non-disclosure agreements for individuals with access to sensitive information. The document underscores the importance of maintaining transparency and compliance with federal regulations to avoid conflicts that could compromise contract execution, ensuring the safeguarding of sensitive information. The comprehensive guidelines are crucial for contractors bidding on government contracts to demonstrate their ability to adhere to OCI requirements and maintain ethical standards throughout contract performance.
    The NASA Goddard Space Flight Center's document outlines foreign travel requirements for contractor employees engaged in official NASA business. Key provisions include mandatory pre- and post-travel counterintelligence briefings for travel to designated high-threat countries such as Russia, highlighting the importance of safeguarding classified information. Contractor employees must secure country clearance through the Department of State's electronic Country Clearance (eCC) process by submitting an Advance Travel Notification Form (ATNF) at least 30 business days prior to departure. The document emphasizes the necessity for international travel training, specifically the Counter Threat Awareness Training (CTAT), which is mandatory for all international travelers and valid for six years. Additional guidance is provided for health-related requirements and the use of NASA IT resources while abroad, ensuring compliance with current protocols. Overall, the document underscores NASA's commitment to security and risk mitigation during international operations.
    The document details the Data Requirements Description (DRD) for a contract with NASA (DRFP Number: 80GSFC24R0042). It specifies guidelines for data distribution, format, and transmittal, preferring electronic submissions in formats like PDF and Microsoft Office. Key requirements include ensuring data deliverables are appropriately marked for data rights, with a focus on organizational conflicts of interest (OCI) plans, IT security requirements, and a commercial IT authorizations report. The OCI plan mandates the contractor's methodology to identify and manage conflicts during contract execution, necessitating employee training and breach reporting procedures. Additionally, the IT security requirements stress compliance with federal information security regulations and ongoing employee training in IT security awareness and role-specific functions. The Commercial Information Technology Authorizations Report must detail the procurement of IT resources under the contract, submitted electronically on a monthly basis. Overall, this document establishes a comprehensive framework for managing data and compliance effectively in accordance with federal procurement processes, ensuring that contractors meet NASA’s operational and security standards.
    The DD-254 Contract Security Classification Specification, dated August 2024, pertains to RFP 80GSFC24R0042, outlining the security classification requirements for contracts related to federal government projects. The document serves as a critical reference for contractors to understand the security protocols and classification levels that must be adhered to, ensuring the protection of sensitive information and compliance with federal security standards. This attachment emphasizes the necessity for contractors to be informed about and compliant with the security requirements associated with classified contracts. The overall purpose of the document is to facilitate the secure handling of classified information, which is essential for government operations and national security. The document is structured to provide clear guidance on security classification, offering details that contractors must consider when entering into federal agreements.
    NASA's Goddard Space Flight Center has issued a Draft Request for Proposal (DRFP) for the Program Analysis and Control (PAAC) VI, aimed at supporting mission and project management across various NASA centers. The contract, structured as an 8(a) set-aside competition, will provide vital project planning, financial services, and associated functions over a five-year period through Indefinite Delivery Indefinite Quantity (IDIQ) agreements with Cost-Plus-Fixed-Fee (CPFF) task orders. Key services include general project support, planning and scheduling, earned value management, and risk management. An Industry Day is scheduled for March 28, 2025, to encourage potential offerors to engage with the draft solicitation. Proposals are due approximately 30 days after the final RFP is released on or around May 19, 2025. A SECRET facilities clearance is required, and the proposal submission will be facilitated through NASA’s Enterprise File Sharing and Sync Box platform. The document outlines necessary registrations and compliance with Equal Employment Opportunity (EEO) and potential organizational conflicts of interest that respondents must address in their proposals. NASA invites comments on the draft, which will inform the final solicitation, ensuring that the procurement aligns with needs and best practices within the agency.
    This document is a formal solicitation for bids related to a government contract, specifically designated as a rated order under the Defense Production Act. It outlines the requirements for potential offerors to submit sealed bids for providing specified supplies or services by a particular deadline. Key details include an overview of the solicitation structure, which consists of various sections detailing evaluation factors, instructions, representations, clauses, and the necessary forms for bidding. The form also specifies the information to be completed by the offeror, such as acknowledgment of any amendments, the offeror's details, and the authorized representative's signature. Additionally, it includes provisions for submission details, prompt payment discounts, and invoicing instructions. The overarching purpose of the document is to ensure compliance with federal procurement regulations while facilitating the procurement process for government contracts. It serves to provide a clear framework for obtaining offers from qualified suppliers, establishing a transparent and competitive bidding environment. Through this solicitation, the government aims to secure goods or services that align with its operational needs.
    The government file DRFP 80GSFC24R0042 outlines a contract management structure for supplies, services, and their associated costs under NASA's Goddard Space Flight Center. It includes provisions for task plans, reports of work, financial and property management, and compliance with federal regulations. The contract specifies minimum ($1,000,000) and maximum ($745,000,000) order amounts, mandates detailed reporting procedures for contractors, and emphasizes the need for safety and health compliance. Key elements include requirements for foreign travel requests, financial reporting of property in custody, and personal identity verification. Additionally, clauses regarding inspections, acceptance of services, and occupancy management detail the operational framework within which contractors must operate. The document underscores NASA's commitment to accountability in the use of government property and the importance of ensuring that all contractor personnel adhere to security and safety protocols. Collectively, this file serves as a comprehensive guideline for executing contracts in line with federal acquisition practices, safeguarding taxpayer interests, and maintaining rigorous operational standards throughout project cycles.
    The DRAFT RFP 80GSFC24R0042 outlines the Government Pricing Model (GPM) for specified non-management direct labor categories, detailing position descriptions and direct labor hours for various roles over five contract years (CY1 - CY5). The labor categories cover a range of specialists, including Accounting, Configuration Management, Documentation, General Business, Scheduling, Risk Management, and Earned Value Management specialists. Each category specifies the number of hours allocated over the contract years and outlines required qualifications, including education and experience levels. The document emphasizes the importance of providing insight into estimating methodologies and training responsibilities for management-level roles. This RFP functions within the context of government contracts, aiming to standardize labor categories and ensure compliance with federal guidelines for budgeting and workforce management. It highlights the structured approach required for personnel management in delivering program analysis and financial oversight support to NASA's projects, thereby affirming the government’s commitment to effective resource allocation and project execution.
    The document outlines the draft Request for Proposals (RFP) 80GSFC24R0042 for the Program Analysis and Control (PAAC) VI, dated January 10, 2025. It specifies various labor categories along with their corresponding weighted average wage rates, which are unburdened straight-time pay estimates. Categories include roles such as Intermediate and Senior CM Specialists, GB Specialists, and Scheduling Specialists, with their hourly rates ranging from $32.28 to $105.91, reflecting escalations anticipated by March 2024. This RFP provides a comprehensive overview of labor costs associated with the contract, serving as the government's best estimate for composite labor rates. The essential purpose of this RFP is to solicit proposals for specialized services required under the PAAC VI, highlighting the government's need for services within specific staffing roles to ensure effective project execution. The information serves as a benchmark for potential bidders to assess their competitive positioning in alignment with federal standards for procurement.
    The Government Quality Assurance Surveillance Plan (QASP) for the Program Analysis and Control (PAAC) VI contract delineates the approach used by NASA's Goddard Space Flight Center to monitor contractor performance. This plan balances government oversight with contractor accountability, emphasizing a proactive, insight-driven approach rather than reactive oversight. It outlines specific program objectives, actions for evaluating contractor services, and various surveillance methods, including performance metrics, work area inspections, and communication protocols. The plan is dynamic, allowing for adjustments based on contract progression and identified risks. The surveillance team, comprising participants from various NASA departments, is responsible for ensuring compliance with contractual obligations while fostering collaboration with the contractor. Throughout the contract's duration, the emphasis will remain on maintaining quality assurance and enabling effective contractor performance, thereby ensuring NASA meets its operational objectives. Overall, this QASP seeks to uphold high standards while optimizing resource utilization and minimizing government interventions.
    The document outlines the requirements for a comprehensive Safety and Health Plan to be submitted as part of a proposal for service or operations contracts at NASA's Goddard Space Flight Center. It emphasizes the importance of protecting the health and well-being of employees and property during contract performance. The plan must address management leadership, employee participation, responsibility assignment, workplace hazard analysis, mishap investigation, and emergency response procedures. Key elements include establishing a corporate safety policy aligned with NASA and OSHA standards, conducting regular hazard assessments, and ensuring accountability and training programs. Procedures for managing hazardous materials and waste, as well as compliance with environmental regulations, are required. The plan also mandates the contractor to maintain proper communication with NASA safety officials, participate in audits, and provide access to safety documentation for government review. Ultimately, this plan is crucial for ensuring a safe working environment and facilitating cooperation between contractors and NASA.
    The document outlines requirements for proposing entities in relation to fringe benefits as part of the RFP numbered 80GSFC24R0042. It details a Total Compensation Rate Build-Up Form that categorizes fringe benefits into five main areas: Paid Leave (including vacation, holiday, and sick leave), Supplemental Pay (overtime and bonuses), Insurance (life and health coverage), Retirement and Savings (various plans), and Legally Required Benefits (Social Security, Medicare, and unemployment insurance). The forms provided are separated for exempt and non-exempt employees, reflecting varying compensation structures. Entities submitting proposals must specify their status as a Prime Offeror, Significant Subcontractor, or Non-Significant Subcontractor. The document emphasizes adherence to federal procurement regulations, particularly FAR 3.104, which governs the confidentiality of source selection information. Overall, the file serves as a guideline for preparing proposals that accurately reflect total compensation structures in compliance with federal requirements, ensuring clarity in the presentation of costs associated with labor categories relevant to the contract.
    The Past Performance Questionnaire outlines a structured process for evaluating contractors based on their previous work associated with a specific Statement of Work (SOW). Key sections include contract information, evaluator details, and a survey of major work elements to assess the contractor's relevant experience and performance. Evaluators are instructed to rate the contractor on performance categories such as quality, schedule adherence, cost management, and overall business management. Ratings range from Very High to Very Low, providing a comprehensive overview of the contractor's efficiency and effectiveness in meeting contract requirements. The document emphasizes the importance of past performance in the selection of contractors for government RFPs, underscoring aspects like timely risk mitigation, quality of services, and compliance with safety requirements. The evaluation culminates in an overall contract performance rating and encourages detailed comments on strengths and weaknesses, ensuring transparency in contractor assessment. This process is integral for agencies to make informed decisions regarding contractor reliability and capability, ultimately supporting successful project outcomes.
    The document outlines the Prime Offeror Load (burdens) on Subcontractors in response to federal Request for Proposals (RFPs) pertaining to various labor categories and composite rates for multiple contract years. It specifies roles such as Accounting Specialists, CM Specialists, Documentation Specialists, and Scheduling Specialists, grouped by low, intermediate, and senior levels, for both the Goddard Space Flight Center (GSFC) and Wallops Flight Facility (WFF) locations. For each contract year, the document requires a fully burdened rate for each labor category, indicating the prime offeror's overhead costs, general and administrative expenses, and profit margins on subcontractor rates. The composite IDIQ (Indefinite Delivery Indefinite Quantity) rate development table consolidates rates across subcontractors and ensures consistency across the proposal. By emphasizing accurate representation of labor costs and the application of loadings, the document aims to streamline procurement processes while ensuring compliance with federal grant regulations. This comprehensive approach supports accurate budgeting and equitable compensation for contractors engaged in federally funded projects.
    The document is a Request for Proposal (RFP) from the federal government (DRFP# 80GSFC24R0042), intended for companies intending to bid for government contracts. It outlines requirements for labor category conversions, detailing how proposing entities must convert their direct labor categories to specific government pricing model (GPM) categories, inclusive of onsite and offsite performance. The proposal requires detailed reporting of unburdened direct labor rates, indirect bid rates, and costs associated with various labor positions. Key sections include exhibits that focus on non-management direct labor category conversions, management and administrative labor rates, as well as summaries of costs such as direct labor, overhead, and fringe benefits. Each exhibit serves a functional purpose, providing space to input specific rates and calculations needed to demonstrate compliance with pricing and staffing expectations laid out by the government. This RFP serves to standardize submissions ensuring that all proposals align with federal budgeting and labor regulations, emphasizing clarity in financial reporting while also collecting crucial source selection information. The guidelines set forth are essential for any entity seeking to engage in federally funded projects, driving transparency and accountability in resource allocation.
    The Program Analysis and Control V (PAAC V) Statement of Work outlines the support services required for the Flight Programs and Projects Resource Office at NASA, focusing on business processes, risk management, financial operations, and various specialized support functions. The document details the expectations for Subject Matter Experts (SMEs) in project and program management, knowledge management, technical writing, and data management. Key tasks include facilitating meetings, managing documentation, coordinating personnel moves, developing training programs, and conducting risk assessments. The contractor is expected to provide comprehensive support for project formulation, execution, and monitoring while maintaining adherence to NASA standards. Specific subtasks include supporting project management, contract proposals, and system enhancements for documentation and configuration management. The goal is to optimize operations within the Flight Projects Directorate, enhancing efficiency and ensuring compliance within various project lifecycles. This work contributes to NASA’s strategic objectives through systematic oversight and integration of best practices across its operations.
    The statement of work for the PAAC V project outlines project support requirements for the NASA and NOAA Low Earth Orbit/Joint Polar Satellite System (LEO/JPSS) Program. The contractor is responsible for providing comprehensive administrative support in areas such as business coordination, financial management, planning, scheduling, documentation management, and configuration management. Key tasks include organizing meetings, tracking correspondence, supporting program risks, and developing strategic communication plans. The contractor must also conduct cost estimations, perform schedule management using NASA guidelines, and oversee documentation standards. Additionally, responsibilities extend to maintaining configuration control and supporting a range of project-related administrative processes. The document emphasizes the importance of compliance with NASA policies and requires that all analyses and documentation adhere to established standards while facilitating effective communications and stakeholder engagement. Overall, the contractor’s role involves delivering systemic project support to ensure the successful implementation and oversight of the LEO/JPSS mission components.
    The PAAC V Task 19 document outlines the Statement of Work for the DAVINCI Project Support, detailing the closure of subtasks related to the OSIRIS-REx and Lucy missions. It emphasizes the need for scheduling and planning to ensure the effective integration of spacecraft and instruments, including the development of an integrated master schedule compliant with NASA standards. The document specifies the importance of Earned Value Management (EVM) for budget and performance tracking, requiring regular analysis and updates to ensure project adherence to goals. It also highlights various project support tasks such as workforce management, logistics, documentation handling, and configuration control. The emphasis is placed on maintaining compliance with NASA policies and ensuring efficient management of resources and documentation. Overall, this comprehensive support framework aims to ensure successful execution and delivery of planetary mission components, underlining the coordination required among contractors and project staff, while facilitating all necessary administrative processes.
    Similar Opportunities
    NRESS III Draft RFP 80HQTR25R7002
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking proposals for the NRESS III Draft Request for Proposal (RFP) 80HQTR25R7002, aimed at providing comprehensive research and education support services. The procurement focuses on administrative management and general management consulting services, which are critical for facilitating NASA's peer review processes and ensuring compliance with federal grant policies. This contract, structured as an 8(a) set-aside, has a minimum value of $5 million and a maximum of $365,208,886, with a performance period anticipated to span from April 15, 2027, to September 30, 2029. Interested parties should direct inquiries to Chanda Cannon at chanda.m.cannon@nasa.gov, with proposals due approximately 30 days after the final RFP release, expected on April 29, 2025.
    Ames Research Center Facilities Support Services II (AFSS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking qualified contractors for the Ames Research Center Facilities Support Services II (AFSS II) project, which falls under the Facilities Support Services category. This procurement aims to provide comprehensive facilities support services, crucial for maintaining operational efficiency at the Moffett Field location in California. A draft Request for Proposal (RFP) is anticipated to be released in early 2025, with an in-person Industry Day scheduled for March 26, 2025, to facilitate engagement and information sharing among interested parties. Interested vendors, particularly those certified under the 8(a) program, are encouraged to register for the events and direct inquiries to Anna Foreman at anna.m.foreman@nasa.gov or Andrea Lovell at andrea.c.lovell@nasa.gov for further details.
    5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the 5X Mission Assurance Support Services Recompete, aimed at providing engineering services related to reliability, quality assurance, and environmental compatibility for various JPL projects. The procurement emphasizes the need for qualified personnel in areas such as reliability engineering, system safety engineering, and quality assurance, with a focus on ensuring compliance with federal, state, and local regulations. This contract, which will be awarded for a four-year term with options for three additional years, is crucial for maintaining the integrity and success of NASA's mission-related activities. Interested parties must submit their proposals by March 28, 2025, at 3:00 PM local time, and can direct inquiries to Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or by phone at 818-354-1623.
    Flight Dynamic Support Services (FDSS III) Extension
    Buyer not available
    NASA's Goddard Space Flight Center is seeking to extend its Flight Dynamics Support Services (FDSS III) contract, which provides essential flight dynamics support for various space missions and systems analysis. The procurement aims to ensure continued operational support, including orbit determination, trajectory control, and attitude analysis, while also advancing technology development in navigational techniques and software engineering compliance. This sole source contract extension to OPR, LLC is critical for maintaining mission capabilities through October 31, 2025, as a follow-on competitive contract is anticipated. Interested organizations may submit their qualifications to Jacob Perez at jacob.a.perez@nasa.gov by 4:30 PM EST on October 21, 2024, for consideration in the acquisition process.
    Joint Safety Health Institutional Facilities Team (JSHIFT)
    Buyer not available
    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.
    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.
    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.
    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.
    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.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    NASA's Johnson Space Center is seeking proposals from small businesses for the Simulation and Advanced Software Services II (SASS II) contract, aimed at delivering specialized services in space-based robotics, avionics, and flight software. The contract, structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ), will support various NASA programs, including the International Space Station, Orion, Gateway, and Artemis, over a five-year period. This procurement is critical for maintaining NASA's operational capabilities and advancing technological innovations in space exploration. Proposals are due by March 13, 2025, with inquiries directed to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.