VA-One Flex Package, Add Tokens & Add GUI User
ID: 80NSSC25891778QType: Special Notice
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 31, 2024, 12:00 AM UTC
  3. 3
    Due Jan 3, 2025, 10:00 PM UTC
Description

NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the VA-One Flex Package, additional tokens, and a graphical user interface (GUI) user to enhance its operational capabilities at the Langley Research Center in Hampton, Virginia. The specific requirements include one unit of the VA-One Flex Package, 41 additional tokens, and one GUI user, all of which are critical components for the center's software infrastructure. This procurement is part of NASA's ongoing efforts to improve functionalities through advanced software solutions, with the performance period set from January 31, 2025, to January 30, 2026. Interested organizations must submit their capabilities and qualifications in writing to Tracy Bremer at tracy.g.bremer@nasa.gov by 4:00 p.m. Central Standard Time on January 3, 2025, to be considered for this sole source contract.

Point(s) of Contact
Files
Title
Posted
Dec 31, 2024, 4:05 PM UTC
The NASA Langley Research Center is seeking to procure specific software components, including the VA-One Flex Package, additional tokens, and a graphical user interface (GUI) user. The requested items include one unit of the VA-One Flex Package (OEM Part # VAO-ALL-BAS), 41 additional tokens (OEM Part # VAO-ALL-TOK), and one GUI user (OEM Part # VAO-ALL-GUI). The contract will be executed at NASA Langley Research Center located at 24 West Taylor Street, Hampton, VA, specifically in Building 1268A - Room 2110. The performance period for the acquisition spans from January 31, 2025, to January 30, 2026. This procurement is part of the Center's ongoing efforts to enhance its operational capabilities and functionalities through advanced software solutions.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
FY25 AVEVA Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its AVEVA software licenses for the fiscal year 2025, with a focus on maintaining operational efficiency at the Glenn Research Center (GRC). The procurement involves a sole source contract with Q MATION INC for the renewal of various software licenses, including a Standard Level AVEVA Customer FIRST Agreement and the Win911 Pro Subscription, along with converting certain perpetual licenses into subscription-based services. This renewal is critical for ensuring continued access to software upgrades, technical assistance, and management tools necessary for NASA GRC's daily operations. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on April 29, 2025, to be considered for this procurement.
CONCEPTS NREC Agile Annual Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) intends to issue a sole source contract for the annual renewal of technical, maintenance, and upgrade support for the Concepts NREC Agile Products, a suite of integrated turbomachinery design software. This procurement is critical for ensuring the software remains functional and up-to-date to meet the operational needs of the Marshall Space Flight Center (MSFC), thereby facilitating ongoing improvements in turbomachinery design. Interested organizations are invited to submit their capabilities and qualifications by 2:00 PM Central Standard Time on April 28, 2025, to determine if competitive procurement is feasible, with Laura Quave serving as the primary point of contact for inquiries at laura.a.quave@nasa.gov or 228-813-6420.
DFMPro for Creo
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of DFMPro software, specifically three user-based licenses, along with installation and training support at the Kennedy Space Center. The objective of this procurement is to enhance design for manufacturability capabilities within NASA's engineering teams, thereby promoting innovation and efficiency in their technological practices. The performance period is set from May 12, 2025, to May 11, 2026, with quotes due by April 30, 2025. Interested vendors must register at SAM.gov and comply with federal regulations, with the procurement set aside for small businesses; for further inquiries, contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136.
FY25 Atos Q Sensor Driver Software Support 1 Year
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure software support for the Atos Q Sensor Driver for a one-year period, from May 1, 2025, to April 30, 2026. This procurement aims to ensure consistent software maintenance for the ATOS System, which is critical for enhancing aerospace measurement and inspection capabilities at the NASA Marshall Space Flight Center in Huntsville, Alabama. The contract will be awarded on a sole-source basis to Carl Zeiss Industrial Quality Solutions, as they are the only provider capable of fulfilling these specific software support requirements. Interested organizations may submit their qualifications to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on April 25, 2025, to be considered for this procurement.
Bravium Best Practice Engine (BPE) and Bravium Upgrade Assistant (BUA) Co-termed Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its sole source contract with Carahsoft for the Bravium Best Practice Engine (BPE) and Bravium Upgrade Assistant (BUA), which are critical third-party plugins for the ServiceNow platform utilized by the NASA Shared Services Center (NSSC). The renewal, which spans five years starting June 4, 2025, aims to maintain essential functionalities such as automated code reviews, quality checks, instance governance, and upgrade management, thereby preventing potential service disruptions and the need for complex reverse-engineering of custom applications. Interested parties may submit their qualifications by 4:00 p.m. CST on April 29, 2025, to encourage the government to consider a competitive procurement process, with all inquiries directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
Simulation and Advanced Software Services II (SASS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
AthenaHealth Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to renew various AthenaHealth and Medical Office Technologies software to support its medical operations from August 1, 2025, to July 31, 2026. The procurement includes 44 concurrent user licenses for athenaFlow EMR software, annual maintenance, and additional services such as medication management, e-prescribing, patient portals, and help desk support, reflecting NASA's commitment to maintaining efficient medical capabilities. Interested bidders must submit their qualifications, including a CAGE Code and compliance with federal regulations, by April 28, 2025, to be considered for this firm fixed-price contract. For further inquiries, interested parties can contact Cara Craft at cara.s.craft@nasa.gov.
Skydio X10 Starter Kit
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a Skydio X10 Starter Kit, specifically from Skydio, Inc., as part of a combined synopsis/solicitation. This procurement is set aside for small businesses and aims to acquire advanced technology compatible with both 2.4/5 GHz and 5G/LTE networks, essential for operations at the Kennedy Space Center in Merritt Island, Florida. The selected equipment will enhance NASA's capabilities in its missions, reflecting the agency's commitment to maintaining cutting-edge technology. Quotes are due by April 28, 2025, and interested offerors must direct any questions to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
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.
SmartScope Flash 670
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a SmartScope Flash 670 system, a specialized 3D multisensor measurement system essential for precise dimensional measurements at its Kennedy Space Center in Florida. This procurement is set aside for small businesses and involves a sole-source acquisition from Optical Gaging Products (OGP), emphasizing the necessity of compatibility and timely service due to Florida Metrology's established relationship with NASA. The system, which includes advanced optics and metrology software, is crucial for supporting research and development activities, with an estimated cost of $177,520 and a delivery timeframe of 22-24 weeks. Interested parties should contact Cara Craft at cara.s.craft@nasa.gov, with submissions due by April 30, 2025.