Antarctic Science and Engineering Support Contract, Presolicitation Synopsis
ID: 49100425R0006Type: Presolicitation
Overview

Buyer

NATIONAL SCIENCE FOUNDATIONNATIONAL SCIENCE FOUNDATIONDIV OF ACQ AND COOPERATIVE SUPPORTALEXANDRIA, VA, 22314, USA

NAICS

Facilities Support Services (561210)

PSC

OPERATION OF GOVERNMENT-OWNED CONTRACTOR-OPERATED (GOCO) R&D FACILITIES (M1HA)
Timeline
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 6, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The National Science Foundation is preparing to solicit proposals for the Antarctic Science and Engineering Support Contract, aimed at providing essential facilities support services at the United States Antarctic Program (USAP) facilities. This contract will encompass the operation of government-owned contractor-operated research and development facilities in Antarctica, which are critical for advancing scientific research in extreme environments. Interested parties should note that the primary contact for inquiries is DACS USAP Recompete, reachable via email at recompete.usap@nsf.gov. Further details regarding the funding amount and specific deadlines will be provided in the forthcoming solicitation.

Point(s) of Contact
DACS USAP Recompete
recompete.usap@nsf.gov
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Antarctic Science and Engineering Support Contract, Presolicitation Synopsis
Buyer not available
The National Science Foundation (NSF) is preparing to release a Request for Proposal (RFP) for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract aimed at securing services for the Antarctic Science and Engineering Support Contract. This contract, which is expected to be awarded as a single entity, will cover a broad range of support services necessary for operations in Antarctica and other locations, including the Continental United States and New Zealand, over an anticipated ordering period of twenty years. The procurement will be subject to unrestricted full-and-open competition, with the solicitation number anticipated to be 49100425R0006, and the RFP is expected to be released no earlier than April 16, 2025. Interested parties are encouraged to monitor the Federal Point of Entry at www.sam.gov for updates and additional information, and any inquiries can be directed to DACS USAP Recompete at recompete.usap@nsf.gov.
Environmental Services Blanket Purchase Agreement Justification
Buyer not available
The National Science Foundation (NSF) is seeking to establish a Blanket Purchase Agreement (BPA) with Jacobs Engineering Group Inc. for environmental compliance services, valued at $10 million over five years. The procurement aims to support NSF's obligations under various environmental laws, including the National Environmental Policy Act (NEPA) and the Endangered Species Act, by providing services such as documentation preparation, analyses, studies, and assistance with public meetings. This BPA is justified based on Jacobs' existing expertise with NSF projects, which mitigates potential inefficiencies and increased costs associated with transitioning to a new contractor. Interested parties can contact Jonathan Schmeelk at jschmeel@nsf.gov for further details.
U.S. National Science Foundation (NSF) and German Federal Agency for Breakthrough Innovation (SPRIND) Challenge Program
Buyer not available
The U.S. National Science Foundation (NSF) is seeking market intelligence regarding the NSF and German Federal Agency for Breakthrough Innovation (SPRIND) Challenge Program, aimed at fostering innovative technologies through unconventional approaches. The NSF invites interested parties to provide insights on their vision and capabilities to support the program's objectives, which include engaging diverse applicants, fast-tracking proposal evaluations, and facilitating international collaborations. This initiative is significant as it represents a novel approach to support high-risk, high-reward research, enhancing technology translation into marketable products. Interested respondents should submit their feedback and proposals via email to Alexandra Roig Vitali at avitali@nsf.gov by April 11, 2025, at 12:00 PM Eastern Time, with a focus on the roles and responsibilities outlined in the accompanying documentation.
Spaceport Operations and Center Services (SOCS)
Buyer not available
The National Aeronautics and Space Administration (NASA) Kennedy Space Center is seeking qualified vendors to provide Spaceport Operations and Center Services (SOCS), which includes facilities support services at KSC and Cape Canaveral Space Force Station. The contract will encompass a range of services such as maintenance and operations of facilities, integrated operations center management, engineering support, and logistics services, aimed at supporting over 30 customers including NASA and the United States Space Force. The anticipated timeline for the Request for Proposal (RFP) release is around August 29, 2024, with proposals due by October 31, 2024, and contract awards expected by June 30, 2025. Interested parties can contact Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information and are encouraged to monitor https://sam.gov for updates.
Develop and Approve DSF package for SUBPAC Stand Alone Seabird System
Buyer not available
Sources Sought DEPT OF DEFENSE is seeking services to develop and approve a Departure from Specifications (DFS) package for the Submarine Pacific/Arctic Operations. The services will support the Arctic Submarine Laboratory (ASL) in planning, preparing for, and conducting submarine operations in the Pacific/Arctic region. The contractor will research, develop, and have a DFS for modifying a NAVSEA approved TempAlt package to install a Seabird stand-alone system on several submarines. Interested contractors must submit relevant experience, qualifications, and details by 22 May 2023.
Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of the Arctic Foundation Building 4002 at Pituffik Space Base in Greenland. The project entails comprehensive repairs, including clearing arctic ducts of debris, installing new dampers, actuators, and motors, and providing additional maintenance stock, all in accordance with detailed specifications and safety regulations. This initiative is crucial for enhancing operational capabilities in extreme environments and ensuring the facility meets necessary standards for functionality and safety. Interested contractors should contact Rene Streander at rene.streander.2.dk@spaceforce.mil or Andrew Lucas at andrew.lucas@spaceforce.mil for further details, with bids due by the specified deadlines outlined in the solicitation documents.
Office of Science & Engineering Multi-Disciplinary Support
Buyer not available
The Department of Homeland Security (DHS) is conducting market research to identify industry capabilities for providing multi-disciplinary support services through its Directorate of Science and Technology (S&T) Office of Science and Engineering (OSE). The procurement aims to enhance initiatives related to strategic planning, program management, stakeholder engagement, and technical expertise, as outlined in the Statement of Work (SOW). These services are crucial for advancing homeland security through effective technology application and collaboration across various sectors. Interested parties are encouraged to submit their capabilities and relevant experience by April 24, 2025, to the primary contact, Jennifer K. Koons, at jennifer.koons@hq.dhs.gov, or the secondary contact, Chase Knechtel, at chase.knechtel@hq.dhs.gov.
Draft Request for Proposal: Ames Research Center Facilities Support Services II (AFSS II)
Buyer not available
NASA's Ames Research Center (ARC) is inviting feedback on the Draft Request for Proposal (DRFP) for the Ames Facilities Support Services II (AFSS II), aimed at providing comprehensive operations, maintenance, and repair services for the Moffett Field site in California, which spans approximately 1960 acres. The procurement focuses on enhancing the operational integrity of various facilities, including laboratories, offices, and utility systems, while promoting innovative maintenance techniques such as predictive testing and condition-based maintenance. Interested parties are encouraged to submit comments on the draft solicitation within 21 days of its release, with the final RFP expected by June 1, 2025, and contract award planned for November 1, 2025. For inquiries, potential offerors can contact Anna Foreman at anna.m.foreman@nasa.gov or Andrea Lovell at andrea.c.lovell@nasa.gov.
B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
Evaluations, Assessments, Studies, Services, and Support (EASSS) 4
Buyer not available
The National Aeronautics and Space Administration (NASA) Langley Research Center is inviting proposals for the Evaluations, Assessments, Studies, Services, and Support 4 (EASSS 4) contract, aimed at providing essential evaluations and support for the Science Office for Mission Assessments (SOMA) and other designated NASA organizations. This procurement is structured as a small business set-aside competition under NAICS code 541715, with a Cost-Plus-Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) contract expected to span five years, with a total contract value ranging from $100,000 to $99.75 million. The selected contractor will be responsible for conducting various assessments, ensuring compliance with conflict of interest policies, and maintaining a Top Secret facility clearance, which underscores the critical nature of the services being sought. Proposals are due by April 28, 2025, and all inquiries should be directed to Sheryl Kopczynski at sheryl.c.kopczynski@nasa.gov by April 4, 2025.