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 and Analysis Control (PAAC VI) Support Services, a contract aimed at providing comprehensive project planning, financial services, and related support for NASA missions and projects. The contractor will be responsible for a range of services including project support, planning and scheduling, earned value management, and risk management, essential for the effective execution of NASA's Flight Projects Directorate. This procurement is structured as an 8(a) set-aside competition with an estimated contract value of $393.7 million, spanning a five-year ordering period starting August 1, 2026. Interested offerors must submit their proposals by 1:00 PM EST on October 1, 2025, and direct any inquiries to Sherry Barbour at sherry.barbour@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document is an amendment to solicitation 80GSFC24R0042, issued by NASA/Goddard Space Flight Center. The purpose of this amendment, dated March 17, 2025, is to revise several sections of the solicitation, including Section B (Supplies or Services and Prices/Costs), Section I (Contract Clauses), and Section L (Subfactor B – Management Approach). Additionally, it completely replaces Enclosure 1 (GPM) and Enclosure 2 (Historical Data), revises Exhibits 1A-1B, and provides information and supporting documents for an upcoming Industry Day. Offerors must acknowledge receipt of this amendment by the specified deadline through various methods, such as completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt on time may lead to the rejection of the offer. Changes to an already submitted offer due to this amendment must also be received before the opening hour and date. The document clarifies that, unless otherwise stated, all original terms and conditions remain in full force and effect.
    This amendment (Amendment 1 to RFP 80GSFC24R0042) modifies the original solicitation by NASA/Goddard Space Flight Center. Key changes include extending the proposal due date from October 1, 2025, to October 3, 2025, and revising payment information. The amendment also increases the maximum order amount for supplies or services from $393.7M to $495M. Significant adjustments were made to past performance evaluation criteria, lowering the minimum average annual cost/fee incurred for prime offerors' relevant contracts from $10M to $3M. Similarly, the definition of a significant subcontractor for past performance evaluation was revised, reducing the average annual cost/fee threshold from $10M to $6.5M. Additionally, Attachment A – Statement of Work was updated to align the use of the term "Workforce" with Section 4.10.14, Workforce Reports.
    Amendment 2 to RFP 80GSFC24R0042, issued by NASA/Goddard Space Flight Center, modifies clauses related to past performance evaluations. The key changes concern the evaluation of past performance for both prime contractors and subcontractors. Offerors can now provide one additional referenced contract for each first-tier small business subcontractor, within the established page limitation. Additionally, the past performance of first-tier small business subcontractors will be considered when the Small Business prime offeror does not independently demonstrate the necessary capabilities, past performance, or experience for award. This amendment clarifies how subcontractor past performance will be weighted and considered in the overall evaluation process.
    Amendment 3 to RFP 80GSFC24R0042, issued by NASA/Goddard Space Flight Center, modifies several clauses and attachments of the original solicitation. Key changes include revisions to proposal content and page limitations for the Past Performance Volume, updates to the Mission Suitability Proposal Instructions regarding the number of foreign-contributed instruments for NASA Mission XYZ, and adjustments to the Cost Volume Instructions concerning fringe expense pools and the phase-in plan. Additionally, Attachment E (List of Government Furnished Property) and Enclosure 1 (Government Pricing Model) are replaced, and Enclosure 2 (Contract Historical Data) is revised. Several Exhibits (1A-1B, 2-10, 11A) are also updated to correct errors or remove spreadsheets. Finally, the proposal due date has been extended from October 3, 2025, to October 15, 2025, by 1:00 PM EST.
    Amendment 4 to RFP 80GSFC24R0042, issued by NASA/Goddard Space Flight Center, introduces significant revisions to the solicitation. The proposal due date is indefinitely extended due to a government shutdown, with a new amendment to establish a revised deadline. The amendment revises clause GSFC 52.215-223 COST VOLUME INSTRUCTIONS, redefining a "Significant Subcontractor" based on cumulative percentage of total GPM estimated value and requiring identification of contract types for all subcontractors. Additionally, clause GSFC 52.215-210 MISSION SUITABILITY PROPOSAL INSTRUCTIONS is updated to align the "Significant/Major Subcontractor" definition for Total Compensation Plans with the cost volume's definition, specifically focusing on those meeting or exceeding 20% of the total GPM estimated value. Finally, clause GSFC 52.215-311 MISSION SUITABILITY EVALUATION FACTOR is revised to state that the evaluation of the Total Compensation Plan may impact the Mission Suitability score. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 5 to RFP 80GSFC24R0042, issued by NASA/Goddard Space Flight Center, revises key details for the Mission Suitability Proposal Instructions. The amendment specifically alters the description of Mission XYZ, changing the number of foreign-contributed instruments from four to two, and the number of NASA-developed instruments from seven to two. Additionally, the number of foreign government-provided instruments with unprovided schedules is reduced from three to one. The proposal due date is also extended to November 21, 2025, by 1:00 PM EST. Offerors must acknowledge receipt of this amendment through specified methods, and failure to do so may result in the rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
    This document outlines an amendment to a federal solicitation issued by NASA's Goddard Space Flight Center, referenced as solicitation number 80GSFC24R0042. The amendment provides prospective contractors with critical updates, including revisions to key sections such as Supplies and Services, Contract Clauses, and Management Approach. It modifies the existing contract documentation by replacing specific enclosures and revising pertinent exhibits. Offerors must acknowledge receipt of this amendment before the specified deadline via designated methods, or risk their offers being rejected. The document emphasizes the importance of adherence to these instructions and highlights a scheduled Industry Day for additional context and information. All terms outside this amendment remain unchanged. This amendment signifies ongoing federal contracting processes, aiming to ensure clarity and compliance within the solicitation framework.
    The "Program Analysis and Control (PAAC VI) (80GSFC24R0042) Industry Day" document is a registration form for an upcoming Industry Day event. It requires pre-registration for attendance and includes sections for company name, attendee names, positions, email addresses, and phone numbers. The form also provides an option to request a 30-minute virtual one-on-one meeting with the government, which will be scheduled within one week of the Industry Day. This document is likely part of a federal government RFP process, designed to gather interest and facilitate communication between potential contractors and the government regarding the PAAC VI program.
    The NASA Program Analysis and Control (PAAC) VI Statement of Work (SOW) broadly defines the requirements for a wide range of services to support NASA's planning and execution of missions, programs, projects, and organizational needs. This RFP, 80GSFC24R0042, seeks an enterprise solution for best practices, streamlined processes, and an efficient operating model. The contract will provide Program Planning & Control (PP&C), program/project support, general business, financial, and accounting services for various NASA centers. Key work elements include planning & scheduling, Earned Value Management (EVM), documentation management, configuration management, risk management, resources & financial management, cost estimation, project operations & support, travel, accounting, financial services, special projects, and training. The contractor must comply with Section 508 Standards for accessibility and adhere to stringent security requirements, including safeguarding classified and sensitive information.
    The “Program Analysis and Control (PAAC) VI Statement of Work (SOW)” outlines requirements for services assisting NASA in mission planning and execution. This contract provides enterprise solutions for Program Planning & Control (PP&C), project support, and business, financial, and accounting services for NASA, its centers (including Goddard, Headquarters, and Langley), and partners. The SOW emphasizes establishing best practices, streamlining processes, and maintaining an efficient operating model. Key work elements include planning and scheduling, Earned Value Management (EVM), documentation, configuration, risk, resources and financial management, cost estimation, project operations, travel, accounting, and security. The contractor must comply with Section 508 standards for Information and Communications Technology (ICT) and safeguard sensitive and classified information according to NASA and DoD regulations. The contract necessitates significant flexibility and responsiveness due to task order variations and extensive coordination with government personnel, ensuring high-quality, integrated support across the NASA enterprise.
    Attachment B, titled “INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) DIRECT LABOR RATES, INDIRECT RATES AND FEE MATRICES,” for DRFP 80GSFC24R0042, outlines the not-to-exceed rates and factors for pricing task orders. It details matrices for prime direct labor rates across various locations (GSFC/HQ, GSFC/WFF, LaRC) for six contract years, specifying that offerors must provide labor categories in accordance with position qualifications. The document also includes sections for prime cost estimating relationships (CERs) for Other Direct Costs (ODCs), prime indirect cost rates, and prime fixed fee rates for Cost-Plus-Fixed-Fee (CPFF) task orders. Additionally, it provides a matrix for subcontractor fully-loaded labor rates and emphasizes the requirement for position qualifications for all prime and subcontractor direct labor categories.
    Attachment C outlines the financial management reporting requirements for contractors under DRFP 80GSFC24R0042, Contract TBD, issued in June 2014. Contractors must submit NASA 533 series reports, adhering to NPR 9501.2E and additional instructions. Reports are required for each Task Order and cumulatively, detailing hours and costs by specific categories such as Prime and Subcontractor Direct Labor Hours (Onsite/Offsite), Prime Direct Labor Costs, Prime Overhead Expenses, Other Direct Costs (ODCs), G&A Expense, Total Estimated Cost, Fixed Fee, and Total Cost-Plus-Fixed-Fee (CPFF). A narrative explanation is mandatory for variances exceeding +/- 10% in Total Direct Labor Hours or Total Estimated Cost between months, explaining reasons, impacts, and corrective actions. Initial NF 533Q reports are due within 30 working days of contract award, followed by NF 533M reports by the tenth working day after the monthly accounting period, and NF 533Q reports by the fifteenth day of the month preceding the quarter being reported.
    The document, “ATTACHMENT D LIST OF INSTALLATION ACCOUNTABLE GOVERNMENT PROPERTY (IAGP) AUGUST 2024 DRFP 80GSFC24R0042 CONTRACT TBD,” details a comprehensive inventory of government property assigned to various personnel at the Goddard Space Flight Center. The list includes a wide range of items such as computers (laptops, micros, and tablets from manufacturers like Apple and Dell), printers (HP, Canon, Bravo, Bambulab), teleconferencing equipment (OWL Labs, Logitech), televisions (Samsung, Sharp, Pioneer, Dell), cameras and lenses (Nikon, Hasselblad, Sigma), and specialized equipment like power supplies, welding positioners, and aerospace technology. Each entry specifies the item, manufacturer, model, serial number, acquisition cost, sub-installation, building, room, and custodian account. The document highlights the extensive inventory of technological and specialized equipment managed by the Goddard Space Flight Center, with a focus on accountability and detailed record-keeping for federal assets.
    Attachment E of DRFP 80GSFC24R0042, effective September 2025, details a list of Government Furnished Property (GFP) under Contract TBD. The document primarily itemizes various laptop computers provided to NASA GSFC employees at different Greenbelt, MD, locations, as well as one remote employee in New Hampshire. Each entry includes the Contract Receiver, ECN, address, PIID/Smart, equipment description (COMPUTER, LAPTOP), an inactive reason code (67), transfer effective date, custodian account acquisition value, and current use status (In Use). The laptops range in acquisition value from $1,442.00 to $3,853.00, with transfer dates spanning from 2016 to 2024. This attachment serves to transparently list government assets assigned for contract use.
    Attachment E, dated August 2024, is a list of Government Furnished Property (GFP) for DRFP 80GSFC24R0042, associated with Contract TBD. The document details various items provided by the government, primarily consisting of laptops, digital cameras, and camera lenses. These assets are located at NASA GSFC in Greenbelt, MD, across multiple buildings and rooms, with some designated for full-time remote use in New Hampshire and Florida. Each entry includes a Contract Receiver ID, PIID/Smart Equipment ID, description, acquisition date, an associated code (likely a project or department), acquisition value, and current status, all listed as "In Use." The total acquisition value for the listed items is approximately $77,000, illustrating the equipment available for the contract.
    Attachment G, dated March 2015, outlines the 'Contract Historical Data' requirements for DRFP 80GSFC24R0042. This document details the historical data contractors must provide to NASA for potential follow-on solicitations. The aim is to ensure fair evaluation, realistic pricing, and reduce cost as an inappropriate discriminator in future competitive proposals. Contractors are required to submit, within 30 days of a Contracting Officer's request, detailed information for the preceding 12 months. This includes labor resources by category (WYEs, hours, unburdened wage rates, average seniority), wage escalation details, labor category classification (exempt, non-exempt, union), and brief position descriptions. Additionally, actual non-labor expenditures (ODCs) by cost element, estimates of indirect WYEs, and the Contractor’s Productive Work Year Hours for both exempt and non-exempt employees must be provided. This data is required from both prime contractors and significant subcontractors, with a preference for a consolidated response. The attachment includes an example table for data presentation.
    Attachment H outlines the requirements for an Organizational Conflicts of Interest (OCI) Avoidance Plan for DRFP 80GSFC24R0042. This plan, submitted with the proposal, ensures contractors and subcontractors identify, avoid, mitigate, and report potential or actual OCIs. Key elements include defining company responsibilities for OCI screening, detailing procedures for protecting sensitive information, and outlining employee training on OCI avoidance and data safeguarding. The document also mandates the inclusion of a Non-Disclosure Agreement for all employees with access to sensitive information and a list of cleared, authorized employees, along with disciplinary actions for non-compliance. The plan emphasizes understanding OCI principles, the types of harm they can cause, and strategies for resolution.
    This NASA Goddard Space Flight Center document, DRFP 80GSFC24R0042 Attachment I, outlines mandatory requirements for contractor and subcontractor employees traveling internationally on official NASA business. It details procedures for Counterintelligence Threat Briefings for travel to designated high-threat countries, requiring pre- and post-travel briefings with NASA's CI/CT office. Additionally, it mandates country clearance via the Department of State's eCC process, requiring an Advance Travel Notification Form submitted 30 business days prior to departure. Travelers must also complete Counter Threat Awareness Training (CTAT) and comply with health and IT device usage policies. Foreign Affairs Counter Threat (FACT) training may be required depending on the destination. These requirements ensure compliance with NASA and U.S. government protocols for international travel.
    The document outlines data requirements for federal government contracts, specifically RFP 80GSFC24R0042, covering data distribution, format, transmittal, and identification. It details three Data Requirements Descriptions (DRDs): an Organizational Conflicts of Interest (OCI) Plan (DRD-001) for identifying, resolving, and reporting conflicts; Security Requirements for Unclassified IT Resources (DRD-002) covering IT security reporting, training, and Cyber Supply Chain Risk Management (C-SCRM) for systems handling NASA information; and a Commercial Information Technology Authorizations Report (CITAR) (DRD-003) for tracking IT purchases. Each DRD specifies submission requirements, frequency, format, and applicable regulations. The document emphasizes electronic submissions, proper marking of data, and procedures for document revisions and DRD maintenance. It highlights the importance of compliance with NASA and federal regulations for OCI, IT security, and IT acquisitions.
    The document,
    The document outlines the registration process for the Program Analysis and Control (PAAC VI) Industry Day, identified by RFP number 80GSFC24R0042. It emphasizes that pre-registration is mandatory for attendance. Participants are required to provide their company name and details of attendees, including names, positions, emails, and phone numbers. The document also offers an option for a one-on-one meeting, which lasts 30 minutes, stating that these meetings will be organized virtually within one week following the Industry Day. The overall aim of the document is to facilitate stakeholder engagement and information exchange between the government and industry participants regarding the PAAC program, potentially leading to collaboration on future federal grants or RFPs. This engagement is essential for fostering partnerships and ensuring that the government’s objectives align with industry capabilities.
    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 (GSFC) has issued a Draft Request for Proposal (DRFP), Solicitation No. 80GSFC24R0042, for Program Analysis and Control (PAAC) VI services. This 8(a) set-aside competition seeks to provide project planning and control, financial, and related support for NASA missions/projects at NASA HQ, Langley Research Center, and GSFC. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) with Cost-Plus-Fixed-Fee (CPFF) task orders, spanning five years. Key services include general project support, planning/scheduling, Earned Value Management, configuration/documentation/risk management, and resource/financial management. A SECRET facilities clearance is required, and proposals must be submitted via NASA’s Enterprise File Sharing and Sync Box (EFSS Box). Potential offerors are invited to submit comments on the DRFP within 14 calendar days. A PAAC VI Industry Day is scheduled for March 28, 2025. The final RFP is anticipated around May 19, 2025, with proposals due approximately 30 days later, and an anticipated contract effective date of May 1, 2026.
    This document is a Standard Form 33, "Solicitation, Offer and Award," issued by NASA Goddard Space Flight Center as a Request for Proposal (RFP) under solicitation number 80GSFC24R0042. It outlines the process for soliciting offers for supplies or services, detailing the structure of the solicitation with sections covering contract clauses, descriptions, packaging, inspection, delivery, contract administration, special requirements, evaluation factors, and instructions for offerors. The form also includes sections for offeror submissions, acknowledging amendments, and a dedicated award section for government use. Key contact information for the issuing office and a point of contact for inquiries are provided. It highlights the importance of adherence to terms and conditions and specifies procedures for late submissions.
    DRFP 80GSFC24R0042 outlines the schedule, supplies, services, and administrative requirements for a NASA contract. Key aspects include task plan submission, various financial and property reports (monthly, quarterly, annual), and specific reporting for foreign travel, government property, inventions, and safety. The contract establishes a minimum ordering amount of $1,000,000 and a maximum of $745,000,000, with detailed procedures for task order pricing and estimated cost increases. It specifies performance locations at GSFC, Langley Research Center, and NASA HQ, with provisions for off-site work. The document also addresses identification and marking of government equipment, inspection and acceptance procedures, and payment submission requirements through the NSSC. Special contract requirements include organizational conflict of interest limitations, export license compliance, and detailed procedures for contractor personnel identification, facility access, and adherence to NASA safety and health regulations, emphasizing both on-site and off-site property management.
    This government file, DRFP 80GSFC24R0042, outlines the schedule, supplies, services, and associated costs for a federal contract, likely an RFP from NASA/Goddard Space Flight Center. It details requirements for task plans, reports of work, financial management, property management, and various administrative and special contract conditions. Key elements include minimum and maximum contract amounts ($1,000,000 to $745,000,000), supplemental task ordering procedures, and estimated cost increase notifications. The document specifies reporting requirements for financial data, government property, inventions, safety, and personnel identification. It also addresses organizational conflicts of interest, export licenses, and compliance with NASA and FAR regulations. Performance locations include GSFC, Langley Research Center, and NASA HQ, with a five-year ordering period. The file emphasizes adherence to strict procedures for financial reporting, property accountability, and safety protocols, highlighting the comprehensive regulatory framework governing this federal contract.
    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 document outlines the Request for Proposal (RFP) DRFP 80GSFC24R0042, focusing on Supplies or Services and pricing costs associated with NASA contracts. It specifies several reporting requirements for contractors, including monthly progress reports, government property requests, financial reporting, and safety compliance measures. The document is structured into sections detailing procedures, materials, task plans, reports of work, and safety plans. Key points include the minimum order of $1 million and maximum of $745 million for contracted supplies, task order management processes, and the submission of detailed financial data related to property in the contractors' custody. Additionally, the document emphasizes contractor responsibilities regarding government property, including reporting, identification, maintenance, and safety protocols while performing services at NASA facilities. The purpose of the RFP is to solicit proposals from qualified contractors for services needed by NASA while ensuring adherence to federal regulations, safety protocols, and property management practices. This comprehensive planning and reporting framework ensures accountability and effective management of resources throughout the contract's duration.
    The DRAFT RFP 80GSFC24R0042 Enclosure 1 details the Government Pricing Model (GPM) for non-management direct labor categories, specifying direct labor hours and position descriptions for the Program Analysis and Control (PAAC VI) contract, effective October 2024. The document outlines various labor categories, including Accounting, Configuration Management (CM), Documentation, General Business, Scheduling, Risk Management, EVM, and Financial Management Specialists, across different seniority levels (Low, Intermediate, High, Senior 1-3, Junior). It provides a breakdown of direct labor hours for these categories over five contract years (CY1-CY5) for both GSFC & HQ and WFF & LaRC locations. Additionally, the enclosure includes detailed position descriptions, outlining responsibilities, required education, and years of experience for each labor category. The RFP emphasizes that Offerors must provide insight into their cost estimating methodologies for these hours, and for high and senior-level positions, oversight and training responsibilities for lower-level staff should be accounted for under the Management and Administrative Labor exhibit.
    RFP 80GSFC24R0042, Enclosure 1, outlines the Government Pricing Model (GPM) for non-management direct labor categories and associated hours for the Program Analysis and Control (PAAC VI) contract. The document details various labor categories, including Accounting, Configuration Management (CM), Documentation, General Business (GB), and Scheduling Specialists, across different seniority levels (Low, Intermediate, High, Senior 1-3) and locations (GSFC & HQ, WFF & LaRC). For each category, the RFP specifies the direct labor hours required annually for five contract years (CY1-CY5) and provides comprehensive position descriptions, including educational and experience requirements, and key responsibilities. The document also includes roles like Engagement Execution Leads, Project Execution Support, and Associates, with their respective qualifications and duties. It notes that oversight and training hours for higher-level staff should be accounted for under a separate Management and Administrative Labor exhibit and requires offerors to provide insight into their cost estimating methodologies.
    This DRAFT RFP 80GSFC24R0042 Enclosure 1 details the Government Pricing Model (GPM)-Specified Non-Management Direct Labor Categories, Direct Labor Hours, and Position Descriptions for the Program Analysis and Control (PAAC VI) contract, effective October 2024. The document outlines various labor categories, including Accounting, Configuration Management (CM), Documentation, General Business, Scheduling, Risk Management, Earned Value Management (EVM), and Financial Management Specialists, with different seniority levels (Low, Intermediate, High, Senior 1-3) and their corresponding direct labor hours for five contract years (CY1-CY5). It specifies distinct labor hour allocations for locations like GSFC & HQ, and WFF & LaRC. Each position description includes a summary of responsibilities and required qualifications (education and years of experience). The RFP emphasizes that offerors should provide insight into their cost estimating methodologies and that oversight and training hours for higher-level staff should be accounted for under the Management and Administrative Labor exhibit. This comprehensive enclosure aims to standardize labor categories and ensure transparent pricing for the PAAC VI program.
    This document, RFP #80GSFC24R0042, presents historical direct labor incumbent rates for various specialist categories across different government centers (GSFC/HQ, HQ, Wallops, LaRC) for May 2025. These unburdened rates have been escalated by 5.0% from 2024 contract rates to account for an escalation in 2026 for a TBD contract. The rates cover a wide range of roles including Accounting, CM, Documentation, GB, and Scheduling Specialists, as well as Project Execution Leads, Managers, and Associates, with varying seniority levels. The document serves as a reference for pricing and cost estimation for future contracts, highlighting the specific labor costs associated with different expertise and experience levels at each location.
    This document, Enclosure 2 for DRFP #80GSFC24R0042, titled "CONTRACT HISTORICAL DATA DIRECT LABOR INCUMBENT RATES," provides a comprehensive list of unburdened hourly rates for various labor categories across different centers (GSFC/HQ, HQ, Wallops, and LaRC). These rates have been escalated by 2.5% from 2024 contract rates to reflect an adjustment for 2025. The document details rates for a wide range of positions, including Accounting, CM, Documentation, GB, and Scheduling Specialists, as well as various Project Execution and Management roles, indicating the historical cost of labor for specific government contract work. This data is crucial for potential bidders on the RFP to understand the expected labor costs for the contract.
    This DRAFT RFP 80GSFC24R0042, Enclosure 2, provides historical labor category wage rates for the Program Analysis and Control (PAAC) VI contract, effective January 10, 2025. The document lists unburdened straight-time weighted average hourly wage rates for various specialist roles including Intermediate, High, and Senior CM Specialists; Int, High, Senior 1, Senior 2, and Senior 3 GB Specialists; and Int, High, Senior 1, Senior 2, and Senior 3 Scheduling Specialists. These rates, which incorporate an escalation as of March 2024, represent the Government's estimated composite labor rates at the contract's anticipated start date. This information is crucial for potential bidders to understand the expected labor costs associated with the PAAC VI contract.
    The Government Quality Assurance Surveillance Plan (QASP) for the Program Analysis and Control (PAAC) VI contract (DRFP 80GSFC24R0042) outlines NASA Goddard Space Flight Center's (GSFC) approach to monitoring contractor performance. This living document, for informational purposes only, emphasizes an insight-based surveillance strategy, focusing on verifying the contractor's quality controls rather than direct oversight. Key areas of surveillance include system maintenance, IT security, configuration management, property management, safety, technical documentation, process controls, risk management, quality management, workforce quality, workmanship, schedule, cost, organizational conflicts of interest, environmental compliance, and export control. The QASP details the roles of the surveillance team, Contracting Officer, Contracting Officer’s Representative, and Task Monitors in evaluating performance through communications, management reviews, and work area checks. The goal is to ensure contract requirements are met efficiently and effectively while allowing the contractor greater responsibility.
    This document outlines the requirements for a comprehensive Safety and Health Plan for service or operations contracts at NASA's Goddard Space Flight Center (GSFC). The plan must detail policies, procedures, and techniques to protect public, NASA, and contractor employees, as well as property and equipment, in compliance with NASA, OSHA, and federal/state/local regulations. Key elements include management leadership and employee participation, defined goals and objectives aligned with OSHA VPP, clear assignment of responsibilities (including safety representatives, company physician, and fire wardens), and provisions for authority and accountability. The plan also mandates detailed procedures for workplace hazard analysis, mishap investigation and trend analysis, hazard prevention and control (including for hazardous operations, materials, and waste), emergency response, and safety and health training. Contractors must provide documentation for government review, including records of terminated employees, material safety data, and hazardous materials inventory. The overarching purpose is to ensure a robust safety program is integrated into all contract activities.
    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 DRAFT RFP 80GSFC24R0042 outlines the Government Pricing Model (GPM) for specified non-management direct labor categories required for the Program Analysis and Control (PAAC VI) at NASA. It details expected direct labor hours across five contract years (CY1-CY5) for various specialist roles including accounting, configuration management (CM), documentation, general business, scheduling, risk management, financial management, and earned value management (EVM). Each role is defined by specific responsibilities, minimum educational qualifications, and years of related experience necessary for successful candidates. The GPM highlights a structured framework for fiscal accountability, ensuring tasks align with government spending requirements. The document emphasizes the importance of qualified personnel in various capacities to facilitate NASA's operational efficiency and project management rigor. It serves as a foundational tool for contractors bidding on paac-related projects, ensuring they understand personnel requirements, task allocations, and compliance responsibilities. This RFP supports government efforts to engage efficient and competent teams for mission-critical activities while adhering to budgetary constraints and operational guidelines.
    The document presents a comprehensive overview of direct labor incumbent rates related to the DRFP #80GSFC24R0042 for various labor categories at NASA's Goddard Space Flight Center (GSFC) and associated locations. It indicates that rates have been adjusted upward by 2.5% from the 2024 contract amounts for projected expenses in 2025. It lists weighted average unburdened hourly rates for multiple levels of accounting, configuration management (CM), documentation, and scheduling specialists, along with project execution and management roles, across different satellite centers, including the headquarters (HQ) and Langley Research Center (LaRC). For instance, junior accounting specialists earn $21.41, while senior CM specialists can command rates as high as $80.62. The structured format of the document systematically categorizes roles and their respective rates, which provide essential data for potential bidders in federal grants or proposals. These rates are vital for understanding labor costs associated with federal contracts, thereby aiding in competitive bidding and resource allocation for governmental projects.
    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.
    DRFP# 80GSFC24R0042, Exhibits 11A and 10B, are forms for detailing fringe benefits and total compensation rates for both exempt and non-exempt employees, respectively. These exhibits are crucial components of federal government RFPs, likely for a contract requiring detailed cost breakdowns. They mandate the proposing entity to itemize compensation across five major categories: Paid Leave (vacation, holiday, sick), Supplemental Pay (overtime, bonuses), Insurance (life, health, disability), Retirement and Savings (defined benefit/contribution), and Legally Required Benefits (Social Security, Medicare, unemployment, workers’ compensation). The forms are designed to capture
    The Past Performance Questionnaire (PPQ) is a comprehensive evaluation tool used by NASA Goddard Space Flight Center to assess contractor performance. It covers contract-related information, evaluator details, and a detailed Statement of Work (SOW) survey for relevance. The PPQ includes sections for evaluating technical, schedule, cost performance, and management, utilizing a rating scale from “Very High” to “Very Low” and “Not Rated.” Additionally, it assesses cost management, award/incentive fee history, and requires explanations for ratings below “Very High.” The questionnaire, which contains Source Selection Information, is to be returned to NASA Goddard Space Flight Center by a specified date.
    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, Exhibit 1A [PRIME OFFEROR] "Prime Offeror Load (burdens) on Subcontractors," outlines the financial framework for a prime offeror and its subcontractors across four contract years. It details various labor categories at different locations (Goddard Space Flight Center/Headquarters and Wallops Flight Facility/Langley Research Center), including accounting, CM, documentation, general business, scheduling, risk management, EVM, and financial management specialists, as well as several engagement and project execution roles. For each labor category, the document provides the prime's fully burdened labor rate, the percentage of effort, and placeholder rates for up to three subcontractors, along with their fully burdened rates including the prime's load. The document explicitly states that the offeror must provide a fully burdened rate for each labor category and that the percentages should align with other tabs (B and I), indicating a comprehensive financial proposal. The total direct labor costs and grand totals are also provided for each contract year.
    The document "EXHIBIT 1A [PRIME OFFEROR] Prime Offeror Load (burdens) on Subcontractors" details the fully burdened labor rates (FBL Rates) for various labor categories across different contract years (Year 1, Year 2, Year 3, and Year 4) for a prime offeror and its subcontractors. The file is structured to show the Prime Offeror's FBL Rate, the percentage of effort, the Subcontractor 1 and 2 FBL Rates with prime load, and their respective percentages of effort. While the example shows specific rates for the prime and two dummy subcontractors, the majority of the document presents a template with blank fields for subcontractor rates, indicating that this exhibit is a standardized form to be completed by proposing entities. It also lists a wide range of labor categories, primarily for Goddard Space Flight Center (GSFC)/Headquarters (HQ) and Wallops Flight Facility (WFF)/Langley Research Center (LaRC), including accounting, CM, documentation, general business, scheduling, risk management, EVM, and financial management specialists, as well as project execution and associate roles. The document explicitly states that the offeror must provide a fully burdened rate for each labor category and that the percentages should align with information in other tabs (Tab B and Tab I), suggesting its use in a larger proposal or grant application process.
    The document outlines the Prime Offeror Load on subcontractors for a government Request for Proposals (RFP), specifying fully burdened labor rates and various management and administrative labor categories across multiple contract years. It includes detailed listings of job titles and roles, such as accounting specialists, project execution leads, and risk management specialists, while highlighting their corresponding rates and loadings. The loadings are to include general and administrative costs, handling charges, and profit margins consistently referenced across specific tabs in the proposal. Notably, it indicates that the offeror must detail rates applicable to subcontractors in both fixed labor rates (FBL) and their loaded rates. This structured approach aims to ensure transparency in cost allocation and competitiveness in offering for federal and state projects, illustrating the rigorous expectations for compliance and careful financial planning inherent in government contracting processes.
    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 National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) has issued Request for Proposal (RFP) Solicitation No. 80GSFC24R0042 for Program Analysis and Control (PAAC) VI. This 8(a) set-aside competition, with a NAICS code of 541330 and a small business size standard of $25.5M, seeks services for mission/project planning, management, Project Planning and Control (PP&C), and financial services for NASA Headquarters, Langley Research Center, and GSFC. The contract is an Indefinite Delivery Indefinite Quantity (IDIQ) with Cost-Plus-Fixed-Fee (CPFF) task orders, an estimated value of $393.7M, and a five-year ordering period starting August 1, 2026. Key requirements include a 45-day phase-in period, potential Organizational Conflict of Interest (OCI) plan submission, and a SECRET facilities clearance. Proposals are due by October 1, 2025, at 1:00 PM EST via NASA’s EFSS Box, with questions due by September 15, 2025.
    This document outlines a solicitation from NASA Goddard Space Flight Center for the procurement of supplies or services, with bids due by 1:00 PM on 10/01/2025. It provides details on submission instructions, contact information, and various sections included in the solicitation, such as pricing, specifications, and evaluation factors. A definitive acceptance period for offers is specified, along with acknowledgment of amendments if applicable.
    RFP 80GSFC24R0042 outlines the schedule and requirements for supplies, services, and costs for a NASA contract. It details 25 reporting requirements covering task plans, financial management, property, safety, security, and subcontracting, specifying submission frequencies, formats, and recipients. Key clauses define minimum/maximum contract amounts ($1M to $393.7M), task ordering procedures, and cost increase notification requirements. The document also specifies inspection, acceptance, and delivery locations, including Goddard Space Flight Center, NASA Headquarters, and Langley Research Center. Additionally, it addresses payment procedures, Government-furnished property responsibilities, organizational conflict of interest limitations, export control compliance, and contractor personnel identification and access procedures for NASA facilities, emphasizing compliance with various NASA and Federal Acquisition Regulations.
    The NASA Program Analysis and Control (PAAC) VI Statement of Work outlines requirements for extensive support services for NASA missions, programs, and projects. This RFP, 80GSFC24R0042, seeks an enterprise solution for program planning and control (PP&C), business, financial, and accounting services. The scope encompasses all mission phases, from conceptual studies to data archiving, across various NASA centers. Key areas of support include Planning & Scheduling, Earned Value Management (EVM), Documentation Management, Configuration Management, Risk Management, Resources & Financial Management, Cost Estimation, Project Operations & Support, Travel, Accounting, Financial Services, Special Projects, and Training. The contractor must comply with Section 508 accessibility standards for all ICT deliverables and adhere to stringent security requirements for safeguarding classified and sensitive information, including personnel with SECRET level clearances. The contract emphasizes continuous process improvement, strong collaboration with government personnel, and responsiveness in workforce deployment.
    Attachment B of RFP 80GSFC24R0042 outlines the Indefinite Delivery Indefinite Quantity (IDIQ) direct labor rates, indirect rates, and fee matrices for task order pricing. This document specifies the not-to-exceed rates for prime direct labor across various locations (GSFC/HQ, GSFC/WFF, LaRC) and contract years, requiring offerors to provide labor categories based on position qualifications. It also details not-to-exceed rates or factors for prime cost estimating relationships (CERs) for Other Direct Costs (ODCs), prime indirect cost rates, and prime fixed fee rates for Cost-Plus-Fixed-Fee (CPFF) task orders. Additionally, the attachment includes not-to-exceed fully-loaded labor rates for subcontractors, also requiring adherence to specified position qualifications. All task plan proposals must utilize these delineated rates and factors for pricing task orders.
    This document, "FINANCIAL MANAGEMENT REPORTING REQUIREMENTS" (Attachment C to RFP 80GSFC24R0042), outlines the mandatory financial reporting standards for contractors under a NASA contract. Contractors must submit NASA 533 series reports (NF 533Q and NF 533M) for each Task Order and a cumulative summary. Reports require a detailed breakdown of hours and costs by specific categories, including prime and subcontractor direct labor hours and costs, overhead, other direct costs (ODCs), G&A expense, total estimated cost, and fixed fee. A narrative explanation is required for variances exceeding +/- 10% between prior and current month's estimated and actual direct labor hours or total costs, detailing reasons, impacts, and corrective actions. Initial NF 533Q reports are due within 30 working days of contract award, monthly NF 533M reports by the tenth working day after the accounting period close, and quarterly NF 533Q reports by the fifteenth day of the month preceding the quarter.
    This document, "ATTACHMENT D LIST OF INSTALLATION ACCOUNTABLE GOVERNMENT PROPERTY (IAGP) AUGUST 2024," is an inventory list for RFP 80GSFC24R0042, detailing government property assigned to various end-users at the Goddard Space Flight Center. The list includes a wide range of items such as computers (laptops, micro, and tablets), printers (ADP laser and 3D), teleconferencing equipment, cameras, lenses, televisions, servers, and specialized equipment like a CAL reader, welding positioner, surface plate, orbiter dolly, power supply, oscilloscope, and microwave technology. Each entry specifies the end-user, item description, manufacturer, model number, serial number, FSC/NSN, acquisition cost, sub-installation, building, room, and custodian account. The document primarily focuses on IT and audiovisual equipment, with a few instances of heavy machinery and scientific instruments, all located across different buildings and rooms within the Goddard facility.
    Attachment E of RFP 80GSFC24R0042 details a list of Government Furnished Property for August 2024 under Contract TBD. This list primarily comprises various models of laptop computers, along with several digital cameras and camera lenses. These items are designated for use by Contract Receiver ECN 8800001921 across multiple NASA GSFC locations in Greenbelt, MD, and full-time remote employees in New Hampshire and Florida. Each entry includes an acquisition value ranging from $1,442.00 to $23,432.00, an inactive date (if applicable), and a 'Use' status, which is consistently listed as 'In Use' for all items, indicating active utilization of the equipment.
    RFP 80GSFC24R0042 requires the submission of a Safety and Health Plan, designated as ATTACHMENT F. This plan is a mandatory deliverable due 30 days after the contract award. This requirement highlights the federal government's emphasis on ensuring robust safety and health protocols are established and maintained by contractors throughout the duration of the project.
    Attachment G to RFP 80GSFC24R0042 outlines the requirement for contractors to provide historical contract data for potential follow-on solicitations. This data, requested by the Contracting Officer within 30 days, includes labor resources (WYEs, weighted average wage rates, seniority, escalation dates and percentages), labor category classifications (exempt, non-exempt, union), and brief position descriptions. Additionally, contractors must provide actual non-labor expenditures (ODCs) for materials, equipment, travel, and supplies, along with estimates of WYEs for indirect personnel. This information, required from the prime contractor and all significant subcontractors, aims to ensure fair evaluation, realistic pricing, and reduce cost/price discrimination in future proposals for similar services.
    The document, Attachment H.1, outlines the Organizational Conflicts of Interest (OCI) Plan requirements for RFP 80GSFC24R0042, issued May 30, 2025. This administrative DRD mandates contractors to submit an OCI Plan with their initial proposal, detailing their approach to identifying, resolving, and reporting OCIs during contract performance. The plan must demonstrate an understanding of OCI principles, define company roles for screening and monitoring conflicts, and establish employee training programs. Key requirements include reporting breaches, coordinating with affiliated companies, outlining OCI reporting processes, and flowing down OCI provisions to subcontractors. Contractors must also define sanctions for OCI violations and assert that no current OCIs exist. The plan requires listing all prime and subcontractor NASA and non-NASA federal contracts from the last five years, along with other financial interests that could lead to OCIs, and explaining how these will be avoided or mitigated. The OCI Plan must be updated as needed with contracting officer approval and include provisions for periodic self-audits and recordkeeping. This ensures the contractor's commitment to avoiding conflicts of interest in accordance with FAR and NFS regulations.
    The document "ATTACHMENT H.2 ORGANIZATIONAL CONFLICTS OF INTEREST (OCI) AVOIDANCE PLAN" is a crucial component of RFP 80GSFC24R0042, intended for Contract TBD. This attachment mandates the submission of an OCI Avoidance Plan alongside the proposal. The primary purpose of this plan is to outline strategies and procedures to prevent, identify, and mitigate potential organizational conflicts of interest that could arise during the performance of the contract. This requirement underscores the federal government's commitment to ensuring fair competition, maintaining contractor integrity, and safeguarding the impartiality of the procurement process. Adherence to this plan is essential for all prospective contractors to demonstrate their ability to perform the contract without any undue influence or conflicting interests.
    Attachment I of RFP 80GSFC24R0042 outlines essential requirements for contractors and subcontractors engaged in official NASA international travel. It details mandatory Counterintelligence Threat Briefings and Debriefings for travel to designated high-threat countries, including Russia, as per NASA Procedural Requirements (NPR) 1660.1. Additionally, the document mandates obtaining country clearance via the Department of State’s electronic Country Clearance (eCC) process, requiring submission of an Advance Travel Notification Form (ATNF) at least 30 business days prior to departure. Travelers must also complete Counter Threat Awareness Training (CTAT) and use the International Traveler Checklist. Specific authorization from the Center CIO is required for taking NASA IT devices or accessing NASA accounts abroad. These requirements ensure compliance, security, and preparedness for contractor employees undertaking international assignments for NASA.
    The document outlines the Contract Data Requirements List (CDRL) for NASA's Goddard Space Flight Center (RFP Number: 80GSFC24R0042, Contract Number: TBD), detailing data deliverable submission guidelines. It specifies a preference for electronic submission in printable Adobe Acrobat PDF and native Microsoft formats (Word, Excel, PowerPoint), with hard copies only if electronic delivery is impossible. Data transmittal must be via email (under 10MB, encrypted) or other agreed-upon methods, accompanied by a transmittal memorandum detailing contract, DRD, and document information. Deliverables require specific identification markings, including contract number, title, and revision details on each page. The contractor must apply data restriction markings per contract clauses, avoiding blanket restrictions. Document revisions can be by individual page or complete reissue, with all changes logged and clearly identified. Procedures for NASA-initiated changes to CDRL/DRDs are also outlined, requiring contract modifications and proper documentation in a Document Change Log.
    The document,
    The document, DRD-002, outlines the security requirements for unclassified IT resources under RFP 80GSFC24R0042, ensuring compliance with IT security and Cyber Supply Chain Risk Management (C-SCRM) during contract performance. It mandates electronic submission of deliverables to the CO, COR, and ISSO, with C-SCRM plans going to the ICT/C-SCRM Service Element Lead. Key requirements include initial submission of Information System Security and C-SCRM Plans at phase-in, annual Non-Federal System Certification, and annual reports on employees in sensitive positions. Contractors must designate an IT Security Point of Contact and ensure employees complete annual IT Security Awareness and Role-Based Training. The document emphasizes adherence to FISMA, NIST Special Publications, and NASA policies for federal and non-federal systems handling NASA non-public information, including incident notification to SOC@nasa.gov. All plans and certifications require ongoing maintenance and updates.
    The “Commercial IT Authorization Report” (DRD-003) is an administrative data requirement for RFP 80GSFC24R0042, issued on December 1, 2023. Its purpose is to document and report IT purchases authorized through the OCIO Commercial IT Request (CITR) Application, aligning with OCIO policy and various OMB Memoranda (M-15-14, M-16-02, M-16-12, M-16-20) related to federal IT management. Contractors must submit this report electronically to the Contracting Officer and Contracting Officer's Representative, using a mandatory, unalterable CITAR Template. The initial submission is due within 90 days of the contract start, followed by monthly submissions on the 15th, with a final report for contract closeout. Each report must be cumulative from the contract's inception, with no negative responses required.
    RFP 80GSFC24R0042 requires contractors to submit an annual Limitations on Subcontracting Report (DRD-004) to ensure compliance with FAR Clause 52.219-14. This administrative report, due within 30 days of each contract year's completion, must detail how the contractor adheres to the stipulation that no more than 50% of the government-paid amount for contract performance is disbursed to non-similarly situated subcontractors. If a contract involves both services and supplies, the 50% limitation applies solely to the service portion. The report, submitted electronically in a Microsoft Office-compatible format, must provide sufficient information to demonstrate this compliance, with any work further subcontracted by a similarly situated entity counting towards the 50% limit.
    RFP 80GSFC24R0042, titled "GOVERNMENT PRICING MODEL (GPM) – SPECIFIED NON-MANAGEMENT DIRECT LABOR CATEGORIES, DIRECT LABOR HOURS AND POSITION DESCRIPTIONS," outlines staffing requirements for the Program Analysis and Control (PAAC VI) contract, effective August 2025. This enclosure details various non-management direct labor categories, their allocated direct labor hours across five contract years (CY1-CY5) for both GSFC & HQ and WFF & LaRC locations, and comprehensive position descriptions. Key labor categories include Accounting, Configuration Management (CM), Documentation, General Business, and Scheduling Specialists, each with multiple seniority levels (Low, Intermediate, High, Senior 1-3). The document also includes roles like Engagement Execution Leads, Project Execution Support, and Project Execution Senior Specialists, along with Associate positions. Each position description specifies responsibilities, required education, and years of related experience. The RFP emphasizes that offerors may assign oversight and training responsibilities for lower-level positions to high and senior-level staff, provided these hours are accounted for under the Management and Administrative Labor exhibit. Offerors must also provide insight into their cost estimating methodologies for the proposed hours.
    This document, RFP #80GSFC24R0042, presents the Contract Historical Data for Direct Labor Incumbent Rates, effective May 2025, with rates escalated by 5.0% from 2024 to reflect 2026 projections. It details unburdened weighted average rates for various specialist roles across different centers including GSFC/HQ, HQ, Wallops, and LaRC. The roles cover diverse categories such as Accounting, CM, Documentation, GB, and Scheduling Specialists, as well as Project Execution Leads, Managers, and Associates. The document provides a breakdown of rates based on seniority levels (Junior, Low, Intermediate, High, Senior 1-3) within each reporting category and center, indicating the estimated labor costs for personnel supporting the contract.
    The Quality Assurance Surveillance Plan (QASP) for the Program Analysis and Control (PAAC) VI contract outlines the procedures and guidelines NASA Goddard Space Flight Center will use to ensure contractors meet performance standards. The QASP describes systematic methods for monitoring performance, identifying documentation, and allocating resources, ensuring the government pays only for services received. It defines roles for the Contracting Officer (CO), Contracting Officer's Representative (COR), and Technical/Task Monitors (TMs), and outlines surveillance techniques like random monitoring, 100% inspection, periodic inspection, and customer feedback. The plan emphasizes the contractor's responsibility for quality control and details the performance management feedback loop, reporting, and resolution processes for addressing performance issues.
    This document outlines the requirements for a comprehensive Safety and Health Plan for service or operations contracts with the Goddard Space Flight Center (GSFC), specifically for RFP 80GSFC24R0042. Contractors must detail policies, procedures, and techniques to protect public, NASA, and contractor employees, as well as property and equipment. The plan must address management leadership and employee participation, including corporate safety policies, goals aligned with OSHA's Voluntary Protection Programs (VPP), assignment of responsibilities (Safety Representative, Company Physician, Building Fire Wardens, Designated Safety Official), and accountability. It also mandates procedures for workplace hazard analysis (surveys, inspections, employee reporting), mishap investigation and trend analysis, and hazard prevention and control, including appropriate controls, written procedures for hazardous operations, protective equipment, and permits. Emergency response protocols and a robust safety and health training program are also critical components. The plan emphasizes compliance with NASA, federal, state, and local regulations, with a strong focus on documentation, data sharing, and government access for review and audit.
    RFP# 80GSFC24R0042, titled "TOTAL COMPENSATION RATE BUILD-UP Form," is an exhibit for government contractors to detail fringe benefits. This form is essential for federal government RFPs, federal grants, and state/local RFPs, enabling proposing entities to itemize compensation for various labor categories. It requires information on paid leave, supplemental pay, insurance, retirement and savings, and legally required benefits such as Social Security and Medicare. This document, classified as Source Selection Information (FAR 3.104), serves as a standardized template for prime offerors and subcontractors to present their fringe benefit structures, ensuring transparency and compliance with federal acquisition regulations regarding compensation breakdowns.
    RFP# 80GSFC24R0042, titled "FRINGE BENEFITS (FB) TOTAL COMPENSATION RATE BUILD-UP Form," requires proposing entities to detail fringe benefits for both exempt (Exhibit 11A) and non-exempt (Exhibit 10B) employees. This exhibit, identified as Source Selection Information per FAR 3.104, applies to prime offerors, significant subcontractors, and non-significant subcontractors. The form mandates the reporting of fringe benefit costs across five major categories: Paid Leave (vacation, holiday, sick, personal), Supplemental Pay (overtime, premium, shift differentials, nonproduction bonuses), Insurance (life, health, short-term and long-term disability), Retirement and Savings (defined benefit and defined contribution), and Legally Required Benefits (Social Security, Medicare, federal and state unemployment insurance, workers’ compensation). The document serves as a standardized template for calculating and presenting total compensation rates, with specific labor categories like Engineer V, Data Scientist, and Thermodynamic listed as examples where values are
    The Past Performance Questionnaire (Updated May 2018) is a detailed evaluation tool used by NASA Goddard Space Flight Center to assess a contractor's relevant experience and performance for federal government contracts. The questionnaire is divided into six sections, covering contract information, a description of services, evaluator details, a survey of Statement of Work (SOW) elements, general performance across quality, schedule, cost, and business/management, and a final section on cost and award/incentive fee history. It provides specific rating definitions (Very High to Very Low) for evaluators to assign performance levels. The document emphasizes the importance of timely and efficient performance, risk mitigation, and adherence to cost estimates and schedules. Completed questionnaires are to be returned to Sherry Barbour at NASA Goddard Space Flight Center by the proposal due date.
    RFP# 80GSFC24R0042, titled "Prime Offeror Load (burdens) on Subcontractors," outlines the framework for detailing labor rates and associated burdens for prime contractors and subcontractors across five contract years. The document requires proposing entities to identify prime offeror loadings, such as G&A, handling, and profit, applied to subcontractor fully burdened labor (FBL) rates. It lists numerous labor categories, including various levels of accounting, CM, documentation, general business, and scheduling specialists, along with engagement and project execution leads and associates, for both GSFC/HQ and WFF/LaRC locations. The RFP mandates that offerors provide a fully burdened labor rate for each specified labor category, demonstrating how prime offeror loads impact subcontractor FBL rates and the overall composite IDIQ FBL rate for each contract year.
    RFP# 80GSFC24R0042, titled "Prime Offeror Load (burdens) on Subcontractors," outlines a financial framework for prime offerors to detail how their burdens (e.g., G&A, handling, profit) are applied to subcontractor fully burdened labor (FBL) rates. This document, consistent with information in Tab B and Tab I, covers five contract years and lists various labor categories across two main locations: Goddard Space Flight Center (GSFC)/Headquarters (HQ) and Wallops Flight Facility (WFF)/Langley Research Center (LaRC). The labor categories include specialists in accounting, CM, documentation, general business, and scheduling, as well as project execution and associate roles. The file includes example rates and percentages of effort for the prime offeror and dummy subcontractors, emphasizing the requirement for offerors to provide fully burdened labor rates for each category.
    RFP# 80GSFC24R0042, titled "NON-MANAGEMENT DIRECT LABOR CATEGORY CONVERSION," outlines a comprehensive set of exhibits for federal government contractors to submit pricing and personnel information. The file provides templates for converting offeror direct labor categories to Government Pricing Model (GPM) specified categories for both prime contractors and subcontractors. It includes detailed forms for non-management direct labor, management and administrative labor (both onsite and offsite), and non-significant subcontractor labor. The RFP also requires a summary of costs by elements, a source of personnel chart, a summary of indirect rates, and detailed breakdowns of overhead, general and administrative (G&A), and fringe expense pools. Furthermore, it mandates a summary of recurring Other Direct Costs (ODCs), a phase-in plan price with associated direct labor costs, a productive work year calculation, and information on cognizant DCAA and DCMA offices. The document emphasizes the importance of aligning bid rates with Exhibit 1A and includes source selection information warnings, ensuring a thorough and standardized approach to cost proposal submissions.
    RFP #80GSFC24R0042, Exhibit 1A, outlines the Prime Offeror's burden on subcontractors for labor categories across five contract years. This document details the fully burdened labor rates for prime and subcontractor personnel at Goddard Space Flight Center (GSFC)/Headquarters and Wallops Flight Facility (WFF)/Langley Research Center (LaRC). It lists various specialist roles (e.g., Accounting, CM, Documentation, General Business, Scheduling) and execution leads, specifying the percentage of effort allocated. The exhibit mandates consistency with information provided in Tabs B and I, requiring offerors to identify prime offeror loadings like G&A, handling, and profit applied to subcontractor Fully Burdened Labor (FBL) rates. The document serves as a template for calculating total direct labor costs and composite IDIQ FBL rates by year for the prime and up to three dummy subcontractors, ensuring transparency in cost structures for the federal government RFP.
    The document outlines various exhibits (Exhibits 2A through 11B) for RFP DRFP# 80GSFC24R0042, primarily focusing on cost breakdowns, labor category conversions, and financial reporting requirements for prime offerors, significant subcontractors, and non-significant subcontractors. Key exhibits include detailed templates for non-management and management direct labor category conversions (2A, 2B, 2C, 2D), a summary of cost elements (Exhibit 3), personnel sourcing (Exhibit 4), indirect rate summaries (Exhibit 5), and expense pool compositions for overhead, G&A, and fringe benefits (Exhibits 6A, 6B, 6C). The RFP also requires information on recurring Other Direct Costs (ODCs) (Exhibit 7), phase-in plan pricing and labor costs (Exhibits 8, 8A), productive work year calculations (Exhibit 9), and contact information for DCAA and DCMA offices (Exhibits 11A, 11B). All exhibits emphasize the need for transparency in cost proposals and compliance with federal acquisition regulations, particularly FAR 3.104 regarding Source Selection Information.
    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 PAAC VI Industry Day outlines a NASA contract (80GSFC24R0042) for Program Analysis and Control (PAAC) VI, providing Program Planning & Control (PP&C), financial, and general business services to NASA centers. This 8(a) Set-Aside, Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract has a minimum value of $1 million and a maximum of $745 million, with a 5-year ordering period. Proposals will be evaluated on Mission Suitability, Past Performance, and Cost, with Mission Suitability being the most critical factor. Key dates include a May 19, 2025, final solicitation release and a March 9, 2026, contract award. Interested parties can find information and sample documents on www.sam.gov and are directed to the Contracting Officer for inquiries.
    NASA's Goddard Space Flight Center is hosting an Industry Day on March 28, 2025, for the Program Analysis and Control (PAAC VI) procurement (80GSFC24R0042). This virtual event, held via Microsoft Teams from 10:00 AM to 11:45 AM EST, will discuss the Draft Request for Proposal (DRFP) and provide an overview of the PAAC VI program and acquisition. The Industry Day aims to inform the industry, gather feedback to promote fair competition, and identify potential risks before the final RFP release. Interested parties must pre-register by emailing Sherry Barbour at Sherry.Barbour@nasa.gov by 4:00 PM EST on March 24, 2025, including organization name, representative details (max three), and interest in a one-on-one session. Questions for the event must also be submitted to Ms. Barbour by the same deadline. Feedback after the event is welcomed by April 4, 2025. This notice is for informational purposes only and does not constitute a commitment from NASA.
    The PAAC VI contract is a significant initiative by NASA aimed at providing Program Planning & Control (PP&C), financial, and project support services across its various centers. It seeks to establish an efficient operating model that incorporates best practices to meet both current and future mission needs. The procurement involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total potential value ranging from $1 million to $745 million, set aside for small businesses. Offerors will be evaluated on criteria including mission suitability, past performance, and cost efficiency, with a clear emphasis on understanding technical requirements through provided scenarios. The procurement timeline entails proposal submissions due by June 18, 2025, followed by evaluations and a final contract award expected by March 2026. All procurement-related documents can be accessed via the System for Award Management (SAM) website, ensuring transparency and facilitating participation in the bidding process. The document underscores NASA's commitment to fostering partnerships while enhancing operational capabilities through strategic acquisitions.
    The National Aeronautics and Space Administration (NASA) is hosting an Industry Day on March 28, 2025, focused on the Program Analysis and Control (PAAC VI) procurement (80GSFC24R0042). This event, held via Microsoft Teams, is designed to facilitate communication regarding the Draft Request for Proposal (DRFP) and is aimed at providing relevant information to industry participants, promoting fair competition, and identifying potential risks early in the process. The schedule includes an overview of the PAAC VI program and an acquisition overview, followed by a Q&A session. Interested parties must pre-register by emailing the Contracting Officer, Sherry Barbour, by March 24, 2025, and submit any questions in advance for consideration during the event. Following the Industry Day, vendors may provide feedback until April 4, 2025, although NASA does not plan to respond to this feedback. This notice serves as a preliminary engagement opportunity and does not commit the government to enter into any agreements. Participants must bear their own costs and clearly identify any proprietary information submitted.
    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.
    The document addresses questions and answers for the Final RFP PAAC VI, 80GSFC24R0042, covering various aspects of the solicitation. Key topics include clarifications on labor category hours for evaluation purposes, guidelines for partnership bids and joint ventures, and the definition of "significant subcontractor" for past performance. The RFP also addresses page limitations for different proposal volumes, corrections to instrument counts and exhibit errors, and confirmation of excluded items from page counts. Other points clarify staffing requirements, the applicability of SCA Wage Determinations, and the expected contract start date and task order commencement. Amendments are planned to correct discrepancies and provide additional time for proposal submissions.
    The document addresses questions and answers for DRFP PAAC VI, 80GSFC24R0042, covering various aspects of the procurement. Key points include identifying ASRC Federal System Solutions, LLC as the incumbent and confirming that deletions of evaluation factors for Program Manager and Task Order Management from Section L will be reflected in Section M of the final RFP. The government will not increase the 50-page limit for Mission Suitability and clarifies that the scenario should focus on PAAC VI functions supporting a successful IBR and KDP-C, with KDP-C assumed for December 2026. Revisions will be made to labor category position descriptions, years of experience requirements, and critical SOW areas. The OCI Plan should be included in Offer Volume I, and the final RFP will request the percentage of personnel to be hired from the incumbent. The document also clarifies requirements for past performance, subcontractor involvement, scoring methodology, and the placement of the Total Compensation Plan narrative and exhibits.
    The document addresses questions and answers for Final RFP PAAC VI, 80GSFC24R0042, focusing on various aspects of proposal submission and contract requirements. Key points include clarification on significant subcontractor definitions, calculation of the 20% threshold for subcontractors, and confirmation of exhibit titles and required revisions via amendments. The government clarified that certain elements of the Past Performance Questionnaire are sufficient and will not be updated. Additionally, instructions were provided for direct labor rates, subcontractor data presentation for Joint Ventures (JVs), and the format for Cost Volume submissions. The document also addresses page limitations for specific proposal components, such as Position Qualifications and the Phase-In Plan, confirming their exclusion from the main page count. It confirms that prime offerors are responsible for maintaining a Secret level Facility Security Clearance throughout the contract life.
    The document outlines clarifications and responses regarding the Draft Request for Proposals (DRFP) for the PAAC VI procurement (80GSFC24R0042) from NASA. Key highlights include information on the incumbent contractor, ASRC Federal System Solutions, and procedures for accessing information on current NASA contracts. The government clarified that deleted evaluation factors from the draft would be reflected in the final RFP, confirmed that the 50-page limit for Mission Suitability proposals would remain unchanged, and provided guidance on how offerors should address specific scenario requirements related to project phases. Amendments to position descriptions were acknowledged, including correcting discrepancies in experience requirements. The document also covers proposal volume specifications, especially concerning the Total Compensation Plan, emphasizing that it should be included in both the Cost Volume and Mission Suitability evaluations. Additionally, the government addressed questions regarding subcontractor performance requirements and the definition of significant subcontractors in relation to past performance assessments, clarifying evaluation criteria and guidance for offerors. Overall, this document serves as a critical reference for potential bidders to ensure compliance and clarity in their proposals for NASA's requirements.
    This document is a Standard Form 33, "Solicitation, Offer, and Award," for a federal government Request for Proposal (RFP) issued by NASA/GSFC. It outlines the terms and conditions for soliciting offers for supplies or services, detailing the structure of the solicitation with sections covering administrative data, contract clauses, descriptions, and instructions for offerors. Key information includes the solicitation number (80GSFC24R0042), the issuing office (NASA/GSFC, Procurement Operations Division), contact information for inquiries, and the deadline for offer submissions. The form also includes provisions for offeror responses, such as pricing, prompt payment discounts, and acknowledgment of amendments. The "Award" section is reserved for government use to formalize the acceptance of an offer, specifying the awarded items, amount, and the contracting officer's details. This document serves as a comprehensive framework for both soliciting proposals and awarding a contract within the federal procurement process.
    Similar Opportunities
    Draft RFP and Pre-solicitation Synopsis: Engineering Services and Science Capability Augmentation (ESSCA) II
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center is seeking industry participation for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, which aims to provide engineering and scientific skills augmentation primarily for NASA's missions. This contract will encompass a range of services including technical oversight, engineering products for flight and science missions, and support for research and development activities, with a maximum potential value of $3.248 billion over a performance period extending from October 1, 2026, to July 31, 2035. Interested parties are encouraged to attend a virtual industry day on December 10, 2025, and submit comments on the Draft Request for Proposals (DRFP) by October 20, 2025, to the designated contact, Sadie Moulton, at sadie.m.moulton@nasa.gov.
    RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is set to release its annual Research Opportunities in Space and Earth Sciences (ROSES) – 2025 solicitation around July 10, 2025. This comprehensive announcement will encompass various program elements, each with distinct due dates and topics, aimed at supporting a wide range of basic and applied research in space and Earth sciences. Proposals may be submitted by a diverse array of organizations, including domestic and foreign entities, with awards typically ranging from under $100K to over $1M per year, depending on the scope of the proposed work. Interested parties should register with NSPIRES and Grants.gov, and are encouraged to submit notices of intent by August 11, 2025, with full proposals due no earlier than September 8, 2025. For further inquiries, contact Max Bernstein at sara@nasa.gov or call 202-358-0879.
    SNA Software LLC. Limited Source Justification
    Buyer not available
    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.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    Buyer not available
    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.
    LaRC Abaqus Software Renewal
    Buyer not available
    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.
    Safety and Mission Assurance Services (SMAS)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    Next Space Technologies for Exploration Partnerships -3 (NextSTEP-3) Omnibus
    Buyer not available
    NASA's National Aeronautics and Space Administration is initiating the Next Space Technologies for Exploration Partnerships-3 (NextSTEP-3) Omnibus, aimed at fostering partnerships to advance technologies for human space exploration, particularly for lunar and Mars missions. This initiative invites proposals for studies, research, and technology development that align with NASA's Moon to Mars exploration strategy, with a focus on enabling long-term human presence throughout the solar system. The Omnibus is effective from September 27, 2024, to September 26, 2029, and will issue specific solicitations through BAA Appendices detailing research opportunities, eligibility criteria, and funding ranges, with awards potentially starting below $100K and exceeding several million dollars based on project scope. Interested parties can reach out to the NASA ESDMD Moon to Mars Program Office at HQ-NextSTEP-BAA@mail.nasa.gov for further information.
    Notice of Intent to Negotiate Increase to Ceiling Price and Extend the Contract Period of Performance by 12-months for Contract No. NNX16MB01C
    Buyer not available
    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.
    JOFOC For the Enterprise Applications Service Technologies EAST2 Contract, NNX16MB01C
    Buyer not available
    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.
    Notice of Opportunity (NOO) for ESPC at NASA Goddard Space Flight Center
    Buyer not available
    NASA's Goddard Space Flight Center is seeking expressions of interest for an Energy Savings Performance Contract (ESPC) project focused on a photovoltaic (PV) Energy Conservation Measure (ECM) at its facility in Greenbelt, Maryland. The selected Energy Service Company (ESCO) will be responsible for conducting an Investment Grade Audit (IGA) and must demonstrate how they will meet federal investment tax credit deadlines, with the potential for structuring the project as an Energy Sales Agreement (ESA). This initiative is critical for maximizing renewable energy generation, reducing electrical demand, and potentially integrating a Battery Energy Storage System for enhanced resiliency. Interested contractors must submit their proposals by October 14, 2025, and can direct inquiries to Sol Shin at sol.shin@nasa.gov or Ian Sherry at Ian.P.Sherry@nasa.gov.