FY24 Verint Annual Maintenance & Support Coverage Standard Plan
ID: 80NSSC24883335QType: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

IT AND TELECOM - DATA CENTER PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7C20)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide annual maintenance and support coverage for the Verint Media Recorder systems at the Kennedy Space Center. This procurement, designated as RFQ 80NSSC24883335Q, is critical for ensuring the operational integrity of audio recording systems used in radio and VoIP telephone communications, particularly during significant missions such as those related to the Artemis and International Space Station programs. The maintenance services are essential for compliance with operational standards and public safety needs, and the contract period is set from September 1, 2024, to April 30, 2025, with options for annual renewal. Interested parties must submit their quotes by September 19, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for the procurement of annual maintenance and support for Verint Media Recorder systems at Kennedy Space Center. Key components include hardware such as dongles and servers, specifically a Verint Media Recorder 6000 Series with associated licenses for operational and public safety call recording. The scope includes support for various server configurations and integration, along with specified licenses for multiple users. The place of performance is detailed, with Kennedy Space Center's specific facilities identified. The period of performance for services runs from September 1, 2024, to April 30, 2025, with options for annual renewal. This procurement aligns with government RFP processes, emphasizing operational support for critical communication infrastructure within federal facilities, ensuring compliance with operational standards and public safety needs.
    The document outlines a recommendation from the NASA Shared Services Center to solicit maintenance and support exclusively from Verint Systems Inc. for the FY24 MSFC IS64 annual maintenance plan. This service is critical for the functionality of audio recording systems used in the Kennedy Space Center’s (KSC) radio and VoIP telephone systems. The justification for single-source procurement is based on the unique requirements of Verint maintenance, which ensures the operational integrity of essential audio documentation during significant missions, including those related to the Artemis and International Space Station programs. The document emphasizes that only authorized vendors certified by Motorola can maintain compatibility with the existing systems. Utilizing a non-certified vendor poses risks such as inefficient troubleshooting, financial losses from incorrect components, and the potential loss of crucial audio recordings. This recommendation conforms to federal acquisition regulations requiring justification for circumstances permitting sole-source contracts. Overall, the document highlights the importance of specialized expertise and established vendor relationships in securing essential operational maintenance.
    The National Aeronautics and Space Administration (NASA) has released a Request for Quotation (RFQ) for the annual maintenance and support coverage of the Verint system, designated as RFQ 80NSSC24883335Q, with a due date for quotes set for September 19, 2024. This solicitation lays out the Statement of Work, instructions for offerors, and necessary certifications. It specifies that this procurement is set aside for small businesses and emphasizes the necessity of registration in the System for Award Management (SAM). Offerors must submit their quotes via email and are required to provide contact information. The RFQ includes mandatory clauses like the prohibition of contracting with certain entities in relation to telecommunication services, and representation regarding telecommunications equipment. Additionally, the document details various compliance certifications regarding federal tax liabilities, workforce rights, and restrictions on sourcing products associated with forced child labor. The procurement process is intended to ensure transparency, compliance, and competitive bidding while promoting small business engagement within federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    VMWare Software Support
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure VMWare Software Support through a sole source contract with Rimini Street, Inc. This procurement is essential for maintaining the software used in the Kennedy Space Center's Launch Control System, which includes support for various VMWare products such as vCenter Server and vSphere. The services provided will ensure operational efficiency and the integrity of critical systems, particularly in support of the Artemis Mission. Interested parties must submit their qualifications by 9:00 a.m. Central Standard Time on September 23, 2024, with inquiries directed to Tessa Martinez at tessa.m.martinez@nasa.gov.
    32 Channel VibRunner Data Acquisition Upgrade
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 32 Channel VibRunner Data Acquisition Upgrade, a critical component for enhancing measurement and data acquisition systems at the NASA Langley Research Center. The procurement includes the acquisition of 24 channels of 820 VibRunner, additional hardware, software licenses, and calibration services to ensure compliance with federal standards. This upgrade is essential for maintaining high-quality research operations and operational efficiency in aerospace projects. Interested vendors must submit their quotes by September 20, 2024, and include the tracking number (80NSSC24883871Q) in their email correspondence to the primary contact, Shanna Patterson, at shanna.l.patterson@nasa.gov.
    Spare Netscanner modules for the Netscanner system installed at W7 Test Facility in NASA GRC.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking authorized resellers of TE Connectivity to provide spare Netscanner modules for the Netscanner system installed at the W7 Test Facility in Cleveland, Ohio. This procurement is a full and open competition, with specific requirements for the Intelligent Pressure Scanner (Model 9916), which includes precise accuracy, robust overpressure capabilities, and compatibility with existing systems. The procurement is critical for maintaining operational integrity and efficiency at NASA's research facilities, ensuring the availability of essential pressure measurement equipment. Quotes are due by September 20, 2024, and interested vendors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details.
    FY24 Renewal of CDP Hardware/Software Maintenance Support
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking FY24 Renewal of CDP Hardware/Software Maintenance Support. This service is typically used for the maintenance and support of hardware and software related to the CDP (Continuous Diagnostics and Mitigation) system. The place of performance is Houston, TX (zip code: 77058), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS) at the Johnson Space Center in Houston, Texas. This procurement aims to provide technical, managerial, and administrative support to ensure the integrity, reliability, and security of mission systems for NASA's space flight programs, including the International Space Station and the Moon to Mars initiatives. The COSMOS contract is anticipated to be a single-award, Cost-Plus-Award-Fee (CPAF) contract with various elements, including Cost Reimbursable Delivery Orders, and will require compliance with specific security and performance standards. Interested parties must submit their capability statements by March 11, 2024, and can direct inquiries to Andrea De Paz at jsc-cosmos@mail.nasa.gov or by phone at 281-244-5472.
    Spaceport Operations and Center Services (SOCS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Request for Proposal (RFP) for Spaceport Operations and Center Services (SOCS) at the Kennedy Space Center in Florida. The procurement aims to secure services related to the maintenance and operations of NASA facilities, infrastructure, utilities, logistics, and spaceport integration. These services are critical for supporting NASA's ongoing missions and ensuring the operational readiness of its spaceport facilities. The anticipated release date for the RFP is on or about August 29, 2024, with proposals due by October 31, 2024. Interested parties can reach out to Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information.
    Concurrent Real-Time Inc. iHawk computer maintenance agreement renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking to renew the maintenance agreement for Concurrent Real-Time Inc. iHawk computers. This agreement is essential for the operation and upkeep of the iHawk computer systems. NASA/NSSC intends to issue a sole source contract to Concurrent Real-Time Inc., the sole provider of this service. The performance location will be at NASA/Ames Research Center (ARC) in the USA. Interested organizations must submit their capabilities and qualifications by 12/24/2022. This procurement falls under the Total Small Business Set-Aside (FAR 19.5) category.
    C.R. Onsrud F144Q12 5- Axis Qube Series CNC Router (F144Q12) Brand Name or Equal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of a C.R. Onsrud F144Q12 5-Axis Qube Series CNC Router, or an equivalent product, as part of a combined synopsis/solicitation. This equipment is crucial for NASA's operations at the Langley Research Center, enhancing their capabilities in industrial machinery manufacturing. Interested vendors must submit their quotations, including technical specifications and pricing, by 1:00 PM Eastern Daylight Time on September 23, 2024, with delivery required within 28 weeks of order receipt. For inquiries, potential bidders can contact Nicolas Zogaib or Wayne Plummer via email at nicolas.a.zogaib@nasa.gov and wayne.s.plummer@nasa.gov, respectively.
    Safety and Mission Assurance Services (SMAS) II
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Safety and Mission Assurance Services II (SMAS II) contract at the George C. Marshall Space Flight Center. This contract aims to provide a wide range of safety and mission assurance services, including system safety, reliability, software assurance, and quality engineering, supporting various NASA facilities such as Kennedy Space Center and Michoud Assembly Facility. The anticipated contract, valued at up to $488 million, will be a small business set aside with a single-award indefinite-delivery, indefinite-quantity (IDIQ) structure, and is expected to have an eight-year performance period. Interested parties are encouraged to submit comments on the Draft Request for Proposal (DRFP) by October 4, 2024, with the final RFP expected to be released on or about November 22, 2024. For further inquiries, contact Maranda McCord at maranda.b.mccord@nasa.gov.
    TTE Ethernet (TTE) Development Hardware
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Time-Triggered Ethernet (TTE) Development Hardware, which is essential for prototyping and testing unreleased flight software and emulated flight hardware interfaces for the Habitat and Logistics Outpost (HALO) and Power and Propulsion element (PPE) Avionics systems. This specialized networking equipment is critical for NASA's Gateway Software Verification Laboratory (GSVL) and is being procured under a brand name justification due to its unique specifications, with a total estimated value of $332,204. Interested vendors must submit their quotations on a firm fixed-price basis within 30 days of order receipt, adhering to the Lowest Price Technically Acceptable (LPTA) evaluation criteria. For further inquiries, interested parties can contact Debbie Matthews at debbie.r.matthews@nasa.gov or Sabrina Pearson at sabrina.m.pearson@nasa.gov.