Agility Health Subscription Renewal
ID: 80NSSC24877014QType: Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) seeks to renew its subscription to the AgilityHealth platform, a proprietary software tool that plays a crucial role in managing and assessing the agency's Agile Transformation progress. This brand-name procurement is aimed at ensuring continued access for up to 35 teams, totaling 350 individuals, to critical assessment radars, private domains, and databases.

    The platform provides an efficient way to monitor the progress and effectiveness of NASA's agile projects, allowing the agency's in-house Agile Coaches to evaluate the adoption and progress of new work practices. The key performance indicators NASA monitors include engagement and usage metrics, with the agency prioritizing data integrity and confidentiality.

    NASA requests remote services for this subscription renewal, which is estimated to be valued at between $30,000 and $40,000. The contract would run from August 2024 to July 2025 and is sought to be awarded based on the vendor's ability to meet technical requirements and deliver a high-quality, efficient service.

    The space agency emphasizes the importance of small business participation and invites quotes from eligible offerors. Quotes must be submitted by 9:00 a.m. CT on July 29, 2024, and the procurement process will consider cost and value, with NASA reserving the right to award the contract without negotiating or discussing the quotes received.

    For further clarification and questions, interested parties can contact Monica Wilson at monica.d.wilson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Aeronautics and Space Administration (NASA) seeks to procure subscription renewals for AgilityHealth, a proprietary software tool. NASA justifies sole-sourcing this requirement due to the unique characteristics of AgilityHealth, which purportedly offers unparalleled insight into employee adaptation to the agency's evolving Agile work practices. According to NASA, procuring from another vendor would result in significant costs and delays due to the need for employee retraining and tool compatibility issues. This single-source procurement is estimated at a total cost of with a performance period of August 1, 2024 to July 31, 2025. The urgency to procure these subscriptions without competition is attributed to the ongoing nature of work already dependent on the AgilityHealth tool.
    The National Aeronautics and Space Administration (NASA) seeks to renew subscriptions to the AgilityHealth platform for its Marshall Space Flight Center. This brand-name procurement aims to procure a subscription that covers up to 35 teams, comprising 350 individuals, with access to assessment radars, single sign-on capabilities, and a private domain and database. The platform aims to help manage and monitor NASA's agile projects. Offerors are required to submit their quotes by the specified deadline for consideration. NASA emphasizes the need for small business participation and incorporates various clauses related to telecommunications equipment, representation, and certifications. The contract, with an estimated value of TBD, will be firm-fixed-price. Quotes are due by 9:00 a.m. CT on July 29, 2024.
    The NASA Marshall Space Flight Center seeks to procure renewals for AgilityHealth subscriptions. The primary objective is to manage and assess agility and readiness for up to 35 teams, comprising 350 individuals. This subscription includes access to assessment tools, private domain hosting, and databases. Vendors will be responsible for providing this platform and its associated services for a one-year period, ensuring NASA's teams can effectively monitor their agile processes. The contract, valued at around $30,000 to $40,000, is scheduled to run from August 1st, 2024, to July 31st, 2025, and will likely be awarded based on the vendor's ability to meet technical requirements and deliver an efficient, high-quality service.
    NASA seeks a subscription renewal for the AgilityHealth platform to assess and measure their Agile Transformation progress. The focus is on gathering metrics and ensuring access to all SAFe assessment radars. The agency has its own Agile Coaches and doesn't require consulting services. Key performance indicators include engagement and usage metrics, with reports accessed directly from the platform. The subscription should adhere to data protection measures and security standards. Remote services are preferred, with the contract running from August 2024 to July 2025. Proposals will be evaluated based on cost and value, with data integrity and confidentiality also critical. There are no preferred proposal formats, and NASA will provide timely access for troubleshooting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FY24 HPE Maintenance Renewal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking bids for the FY24 HPE Maintenance Renewal, aimed at acquiring essential maintenance services for HPE hardware at the Langley Research Center (LaRC) in Hampton, Virginia. The procurement includes support for various components such as SGI Clusters, servers, power cords, and memory modules, with a performance period from August 1, 2024, to July 31, 2025. This initiative underscores NASA's commitment to maintaining its critical computing infrastructure, which is vital for its research capabilities. Interested vendors should reference RFQ number 80NSSC24878914Q in all correspondence and include their CAGE code in quotes, with inquiries directed to Brianna Faye at brianna.n.ladner@nasa.gov.
    Zuken DS.E3 License Data and Configuration Management; POP: 10/1/24 - 9/30/25
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of Zuken DS.E3 License Data and Configuration Management tools, aimed at supporting space flight harness design and fabrication at the NASA Langley Research Center in Hampton, VA. This procurement includes the acquisition of various floating licenses, specifically five licenses each for the Framework Engine and Component Master, along with one Engineering Services Package, to enhance NASA's capabilities in aerospace technology. The performance period for this contract is set from October 1, 2024, to September 30, 2025, with proposals due by September 17, 2024. Interested vendors must provide a Unique Entity Identifier (UEI) and adhere to federal procurement regulations, with inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    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.
    NEXT GENERATION SCALABLE DATA ENGINEERING, OPERATIONS, AND INFORMATICS SUPPORT FOR OPEN SCIENCE (NEXT GEN)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Next Generation Scalable Data Engineering, Operations, and Informatics Support for Open Science (Next Gen) initiative, aimed at enhancing its data science capabilities. This procurement focuses on providing resources to the Interagency Implementation and Advanced Concepts Team (IMPACT) in areas such as science informatics, machine learning, and scientific data management, with an emphasis on utilizing advanced techniques to maximize the scientific return from Earth science data. The contract will be structured as a total small business set-aside, with an estimated value of $76 million over a five-year period, from August 15, 2025, to September 30, 2030. Proposals are due by October 16, 2024, and interested parties should contact Brad Vest at Bradley.D.Vest@nasa.gov for further information.
    Eddyfi Ectane 3 with 64-channel ECA and SmartMUX
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure an Eddyfi Ectane 3 with a 64-channel Eddy Current Array (ECA) and SmartMUX system, which is crucial for inspecting critical welds in space launch systems. The procurement aims to achieve a 90% probability of detection (POD) with 95% confidence for cyclically grown fatigue cracks, utilizing advanced features such as compatibility with a 64-element probe arrangement and customization via Magnifi software. This specialized inspection system is vital for ensuring the safety and reliability of components used in space exploration, with delivery expected within five weeks of order placement at NASA Langley Research Center. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on September 16, 2024, to be considered for this sole source contract.
    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.
    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.
    Ruggedized Iridium SATCOM System
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide a ruggedized Iridium SATCOM system, specifically the Flightcell DZMx model, through a total small business set-aside contract. The procurement aims to acquire a communication system that meets stringent interoperability requirements with NASA's existing configurations, including capabilities for Push-To-Talk and phone calls, as well as compliance with DO-160G standards for environmental resilience. This specialized equipment is critical for ensuring reliable communication in diverse and challenging operational environments, supporting NASA's mission objectives. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov, ensuring compliance with federal acquisition regulations and registration at SAM.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.
    TI development interance and Zyngus evaluation board
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking quotations for the procurement of a TI development interface and Zyngus evaluation board, which are critical for testing advanced detection systems in astrophysics missions. This procurement is designated as a brand-name requirement and involves the delivery of specific evaluation boards, including two Xilinx ZCU-111 RFSoC Evaluation Boards and two Texas Instruments TSW14DL3200EVM DAC Evaluation Boards, to the Goddard Space Flight Center in Greenbelt, Maryland. The successful delivery of these items is essential for the effective development and deployment of Kinetic Inductance Detectors (KIDs) and Transition-Edge Sensor (TES) bolometers, reinforcing NASA's commitment to cutting-edge space research. Interested small businesses must submit their quotes by September 19, 2024, and are required to provide their Unique Entity Identifier (UEI) along with compliance with federal regulations; for further inquiries, they can contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or call 228-813-6067.