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
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.
TrueNAS F60 and Support
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a TrueNAS F60 system along with support services, specifically through a sole source contract with iXsystems, Inc. The primary objective of this procurement is to enhance storage capabilities at NASA's Langley Research Center, complementing a recently acquired iXsystems server, with requirements including dual controllers, enterprise-grade software, and advanced data protection features. This acquisition is crucial for maintaining high-performance data management and ensuring robust security for sensitive information. Interested parties may submit qualifications by 7 a.m. CST on April 17, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
SW - IDEAS (BK Connect).
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) intends to issue a sole source contract for the SW - IDEAS (BK Connect) software to HOTTINGER BRUEL & KJAER INC., the sole provider of this software, under the authority of FAR 13.106-1(b)(1)(i). The procurement aims to secure maintenance and support for the IDEAS software licensing, which is crucial for receiving necessary software patches, support, and upgrades, ensuring compliance with vendor authorization and service continuity. Interested organizations may submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on April 18, 2025, to determine if the procurement will be conducted competitively. For further inquiries, contact Laura Quave, Procurement Specialist, at laura.a.quave@nasa.gov or call 228-813-6420.
Autoclave Calibration
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is issuing a sole source contract for Autoclave Calibration services, specifically targeting Advanced Processing Technology Inc. as the exclusive provider due to their unique capabilities with proprietary systems. The procurement aims to address critical repairs and calibration of the thermocouple wiring for the Tenney autoclave at NASA's Langley Research Center, ensuring stable temperature readings essential for aerospace operations. This specialized service is vital for maintaining operational efficiency and safeguarding government investments in aerospace initiatives, as engaging alternate vendors could lead to significant risks and increased costs. Interested parties may submit their qualifications to Shanna Patterson at shanna.l.patterson@nasa.gov by 7 a.m. CST on April 18, 2025, to be considered for potential competitive procurement.
Swagelok tubing in support of Variable Atmospheric Test Facility (VATF) build-up.
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Swagelok tubing to support the build-up of the Variable Atmospheric Test Facility (VATF). This procurement is intended to be a sole source contract with Swagelok Co., the exclusive provider of the required tubing, under the authority of FAR 13.106-1(b)(1)(i). The tubing is critical for the operational capabilities of the VATF, which plays a vital role in NASA's testing and research initiatives. Interested organizations are invited to submit their capabilities and qualifications in writing to the designated contacts by 3:00 p.m. Central Standard Time on April 17, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, please contact Cody Guidry at cody.d.guidry@nasa.gov or Shari Trigg at shari.trigg@nasa.gov.
iBASEt Annual Update and Support Subscription Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to renew its subscription for the iBASEt Manufacturing Execution System (MES) Annual Update and Support, a critical software solution for managing manufacturing operations at the Marshall Space Flight Center in Huntsville, Alabama. This sole source procurement is essential for maintaining operational integrity, as the iBASEt MES has been utilized for over 17 years, providing vital features such as configuration control and electronic signatures. The contract period is set from May 1, 2025, to April 30, 2026, and interested parties may submit their capabilities and qualifications in writing by 7 a.m. Central Standard Time on April 18, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@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.
TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
Buyer not available
Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a simplified hi-res flow visualization assembly. This assembly, developed by researchers at NASA's Langley Research Center, is a compact and easy-to-use optical system that enables focusing schlieren imaging. It reduces complexity and alignment time compared to conventional systems, and is self-aligned, compact, and cost-effective. The assembly can be attached to a commercial-off-the-shelf camera and is capable of fields-of-view of 10 and 300 millimeters. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
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.