Spaceport Operations and Center Services (SOCS)
ID: 80KSC023K0024Type: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA KENNEDY SPACE CENTERKENNEDY SPACE CENTER, FL, 32899, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)
Timeline
  1. 1
    Posted Aug 23, 2023, 11:17 PM UTC
  2. 2
    Updated Oct 28, 2024, 12:00 AM UTC
  3. 3
    Due Jun 30, 2025, 8:30 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Oct 28, 2024, 4:44 PM UTC
The file suggests that it would be best viewed using Adobe Acrobat X or later versions. It's likely a PDF portfolio containing critical details of a government RFP. The focus seems to be on procuring innovative solutions, possibly in the realm of technology or software, as indicated by the need for newer Adobe software to view it optimally. The content probably includes key information such as the problem statement, project scope, requirements, and evaluation criteria for prospective vendors. It's essential to access this file using the recommended software to ensure that all details are accessible and properly formatted.
Oct 28, 2024, 4:44 PM UTC
The file suggests that it would be best viewed using Adobe Acrobat X or later versions. It's likely a PDF portfolio containing critical details of a government RFP. The focus seems to be on procuring innovative solutions, possibly in the realm of technology or software, as indicated by the need for newer Adobe software to view it optimally. The content probably includes key information such as the problem statement, project scope, requirements, and evaluation criteria for prospective vendors. It's essential to access this file using the recommended software to ensure that all details are accessible and properly formatted.
Oct 28, 2024, 4:44 PM UTC
The file suggests that it would be best viewed using Adobe Acrobat X or later versions. It's likely a PDF portfolio containing critical details of a government RFP. The focus seems to be on procuring innovative solutions, possibly in the realm of technology or software, as indicated by the need for newer Adobe software to view it optimally. The content probably includes key information such as the problem statement, project scope, requirements, and evaluation criteria for prospective vendors. It's essential to access this file using the recommended software to ensure that all details are accessible and properly formatted.
Oct 28, 2024, 4:44 PM UTC
The file suggests that it would be best viewed using Adobe Acrobat X or later versions. It's likely a PDF portfolio containing critical details of a government RFP. The focus seems to be on procuring innovative solutions, possibly in the realm of technology or software, as indicated by the need for newer Adobe software to view it optimally. The content probably includes key information such as the problem statement, project scope, requirements, and evaluation criteria for prospective vendors. It's essential to access this file using the recommended software to ensure that all details are accessible and properly formatted.
Oct 28, 2024, 4:44 PM UTC
The file suggests that it would be best viewed using Adobe Acrobat X or later versions. It's likely a PDF portfolio containing critical details of a government RFP. The focus seems to be on acquiring cutting-edge technology, implying a forward-thinking approach. This could involve the procurement of hardware, software, or both, with an emphasis on innovation. The government appears to be seeking leading-edge solutions in response to their RFP, indicating an interest in harnessing cutting-edge advancements.
Oct 28, 2024, 4:44 PM UTC
The file suggests that it would be best viewed using Adobe Acrobat X or later versions. It's likely a PDF portfolio containing critical details of a government RFP. The focus seems to be on procuring innovative solutions, possibly in the realm of technology or software, as indicated by the need for newer Adobe software to view it optimally. The content probably includes key information such as the problem statement, project scope, requirements, and evaluation criteria for prospective vendors. It's essential to access this file using the recommended software to ensure that all details are accessible and properly formatted.
Oct 28, 2024, 4:44 PM UTC
The document presents an updated Interested Parties List relevant to potential bidders for federal government opportunities, particularly RFPs and grants. It contains detailed information about various companies and individuals, including names, contact details, unique entity IDs, addresses, and CAGE codes. The list features a diverse range of organizations, from proposal writers to consulting groups and facility service providers, located across multiple states including Florida, Georgia, South Carolina, Texas, Puerto Rico, and Alaska. Key entries include US Federal Government Proposal Writer LLC, RUSH Facilities LLC, and DEFUTEK, Inc., highlighting their capabilities and responsiveness in government contracting. Each entry provides essential contact information to facilitate communication and collaboration for various governmental projects. The overall purpose of the document is to serve as a resource for federal agencies and other stakeholders seeking to engage with potential contractors and vendors in the public sector, ensuring transparency and accessibility in the procurement process. The document aids in promoting opportunities for small businesses and specialized contractors within the federal and local government landscape.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Commercial Solutions Opening - NSSL Space Vehicle Processing
Buyer not available
The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) to enhance Space Vehicle (SV) processing capabilities at Cape Canaveral and Vandenberg Space Force Bases. The initiative aims to acquire innovative commercial solutions that can increase processing capacity and mitigate risks associated with rising launch demands, with an investment of up to $80 million allocated for fiscal year 2024. This CSO is critical for addressing the growing needs of national security space missions and encourages submissions that may include new technologies or process efficiencies, with a phased evaluation approach starting with PowerPoint briefings and White Papers due by May 31, 2024. Interested parties can contact Capt Jillian Kennedy at SSC.AA3.SVProcessingTeam@spaceforce.mil for further information.
Simulation and Advanced Software Services II (SASS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
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.
Facilities And Operations Maintenance Support Services II (FOMSS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The contract aims to deliver comprehensive operations, maintenance, and repair services for a diverse campus comprising approximately 344 structures, including complex aerospace facilities and environmental management tasks related to hazardous waste. This competitive acquisition is designated as an 8(a) set-aside, with a total estimated value of $110 million over a five-year period, including a 45-day phase-in and multiple option years. Interested parties must submit their comments on the Draft Request for Proposal (DRFP) by August 29, 2024, and proposals are anticipated to be due by October 11, 2024. For further inquiries, contact Noeleen Laughlin at noeleen.laughlin@nasa.gov or Joseph R. Tynes at joseph.r.tynes@nasa.gov.
Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to issue a Draft Request for Proposal (DRFP) for the Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II contract at the Marshall Space Flight Center in Huntsville, Alabama. This contract will focus on various program planning and control requirements, including integration, program analysis, earned value management, cost estimating, scheduling, and risk analysis, along with subject matter expert support for strategic planning and project reviews. The anticipated release date for the DRFP is around April 24, 2025, followed by the Request for Proposal (RFP) on or about June 6, 2025, with all responsible sources encouraged to submit offers. Interested parties should direct any questions to Charlene Booth at charlene.c.booth@nasa.gov by May 6, 2025, and monitor SAM.gov for updates on the solicitation.
Range Operations Contract II
Buyer not available
Presolicitation NASA Range Operations Contract II: The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center's (GSFC) Wallops Flight Facility (WFF) plans to issue a Draft Request for Proposal (DRFP) for the Range Operations Contract (ROC) II. This contract is a Full and Open competitive follow-on contract for the support services currently provided under contract NNG16WA71C. The NASA Research Range Services (RRS) Program provides tracking, telemetry, meteorological, optical, and command and control services for flight vehicles including orbital and suborbital rockets, aircraft, satellites, balloons, and Unmanned Aircraft Systems (UAS). The services also include a real-time display and capture of mission-specific flight, payload, and science data. This contract will support the RRS through Wallops Range instrumentation operations and maintenance; support services; training; command, control, communications, information, and computer systems services; testing, modifying, installing, and operating communications and electronic systems, ground support systems, and spacecraft and launch vehicle processing systems at launch facilities, spacecraft processing facilities, launch vehicle processing facilities, launch control centers and test facilities; operating and maintaining suborbital launch systems; and developing flight and ground systems technology. The ROC II acquisition has been defined as a Full and Open competition, Cost plus Fixed Fee, Indefinite Delivery Indefinite Quantity contracting vehicle with a total estimated value of $200M. The anticipated release date of the Draft RFP (DRFP) is the end of March 2017 and the anticipated release date of the Final Request for Proposal (RFP) is the end of May 2017.
Visual Planning Software in support of the FY25 Spaceport Scheduling Project.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide Visual Planning Software in support of the FY25 Spaceport Scheduling Project. The procurement includes a one-year on-premise subscription for various user licenses, along with comprehensive consulting and training services aimed at enhancing operational capabilities at the Kennedy Space Center. This software is critical for efficient schedule management, conflict elimination, and integration with existing systems, ensuring continuity and efficiency in NASA's operations. Quotes are due by April 16, 2025, with the performance period expected to commence on July 1, 2025. Interested vendors must demonstrate authorization as a reseller of the Visual Planning software and can contact Laura Quave at laura.a.quave@nasa.gov for further information.
FY25 KSC Pointwise Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the acquisition of Pointwise Fidelity software from Cadence Design Systems, Inc., as part of the FY25 KSC Pointwise Renewal project. This procurement involves acquiring two units of the software, which is essential for NASA's operations at the Kennedy Space Center in Florida, with a contract performance period from July 1, 2025, to June 30, 2026. The RFQ emphasizes the importance of open competition and compliance with federal regulations, ensuring that all offerors are registered in the System for Award Management (SAM) and adhere to various legal provisions. Interested parties must submit their quotations by April 14, 2025, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
Final Request for Quote for Occupational Health Support Services III (OHSS III)
Buyer not available
The National Aeronautics and Space Administration (NASA) Langley Research Center is soliciting quotes for Occupational Health Support Services III (OHSS III) under an 8(a) set-aside competition aimed at small businesses. The primary objective of this procurement is to establish a comprehensive Occupational Health Program that aligns with the requirements outlined in the Performance Work Statement (PWS) for NASA LaRC in Hampton, Virginia. This contract will encompass core services delivered through a Firm-Fixed Price (FFP) structure, with a potential performance period of up to five years, including a 30-day transition period. Interested offerors must submit their proposals by May 6, 2025, at 2:00 PM EST, and are encouraged to direct inquiries to Natasha King at larc-ohss3@mail.nasa.gov. The anticipated award date is July 31, 2025, with the contract effective from September 1, 2025.
ATOM-5 Additional Option Years and POP Extension
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the contract for ground-based aerospace testing and facilities operations and maintenance services, specifically for projects such as the Sensor and Thermal Protection System Advanced Research (STAR) Lab, Orion Multi-purpose Crew Vehicle (MPCV), and Artemis. This opportunity involves a sole source contract with Amentum Technology, LLC, for an additional 24-month period of performance, or two 1-year option periods, extending the current contract 80ARC022DA001, which is structured as an Indefinite Quantity/Indefinite Delivery contract. Interested organizations are invited to submit their capabilities and qualifications to the Contracting Officer, Jeanne Chun, via email by 3:00 PM Pacific time on April 22, 2025, to determine if the acquisition will be conducted on a competitive basis. The Government's decision regarding competition will be at its discretion, and further details can be found in the applicable NASA Clause 1852.215-84, Ombudsman.