Tecplot software support and maintenance
ID: 80NSSC24877978QType: 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 - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE (DH10)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA/NSSC) requires technical support and maintenance for Tecplot software.

    The agency intends to award a sole-source contract to Tecplot Inc., the sole provider of the required software support, located in Bellevue, Washington. The procurement follows FAR Part 12 and FAR Part 13 guidelines for acquiring commercial items and services.

    This effort's NAICS Code is 513210, and the PSC Code is DH10. The performance of the contract will take place at NASA's Marshall Space Flight Center.

    Interested parties may submit their capabilities and qualifications to the Primary Point of Contact, Kacey Hickman, via email by 3:00 p.m. on July 31, 2024. Oral communications will not be considered.

    The government reserves the right to decide on the competition status of the procurement based on the responses received. NASA's Clause 1852.215-84, Ombudsman, applies, with the relevant contact information available at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.

    For further information, contact Kacey Hickman, Procurement Specialist, at kacey.l.hickman@nasa.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    IMAGINiT Technologies Consulting Services
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) seeks authorized resellers for brand name IMAGINiT Technologies Consulting Services, a sole-source contract for specialized consulting expertise related to functional requirements definition, solution architecture, and drawing conversion. This procurement is focused on NASA-specific needs, emphasizing security and documentation. With a concise period of performance, vendors are invited to submit detailed proposals by August 13, 2024, for a potential contract award managed by the NASA Shared Services Center. IMAGINiT Technologies Consulting Services are crucial to NASA's Facilities Office, offering an extensive intellectual property database that enables floor space management, CAD drawing creation, and emergency preparedness. The software's specialized nature and NASA's extensive historical data make competition impractical. As a result, NASA aims to negotiate with the brand name vendor to ensure operational continuity. Interested parties should contact Tessa Martinez at tessa.m.martinez@nasa.gov for further information on this opportunity, which has a projected value of up to $500,000.
    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.
    Notice of Intent to Award Sole Source- Bentley Sofware
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) intends to award a sole source contract for Bentley software licenses and associated support services through its authorized Channel Partner, Carahsoft. The procurement will include essential software products such as Bentley AutoPIPE Advanced, MicroStation, and OpenBuildings Designer, which are critical for operations across multiple NASA centers. This contract will be structured as a firm-fixed price agreement with a 12-month base year and two optional years for maintenance services, utilizing NAICS code 541511 for Custom Computer Programming Services. Interested organizations may submit their capabilities for consideration, although the final decision on competitive bidding will rest with NASA. For further inquiries, please refer to the official notice, as oral communications will not be accepted.
    MagicDraw Licenses
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to acquire MagicDraw licenses through a sole source contract with DS Government Solutions Corp, the exclusive provider of this software. The procurement aims to renew these essential licenses as the current ones approach expiration, ensuring continued access for over 500 users across various centers and five Mission Directorates, thereby enhancing software license management in line with Government Accountability Office recommendations. The renewal period is set for five months, commencing on October 1, 2024, with interested organizations invited to submit their qualifications by 1 p.m. CST on September 9, 2024, to assess the feasibility of a competitive procurement process. Responses must be submitted in writing, as oral communications are not accepted.
    Annual renewal of CST Studio license maintenance
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the annual renewal of CST Studio Suite software licenses, specifically under RFQ 80NSSC24877823Q. This procurement involves the maintenance of various licensing schemes, including Concurrent Package Licensing and Token-Based Licensing, essential for electromagnetic simulation applications in research and development at the Glenn Research Center. The software is critical for modeling RF systems and must comply with high-performance computing standards, with a required delivery timeframe of one week after receipt of order. Quotes are due by September 9, 2024, and interested parties should contact Monica Wilson at monica.d.wilson@nasa.gov for further details.
    Dell Progress ECS Connection Manager H1 1 Year Renewal License
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to acquire a one-year renewal license for the Dell Progress ECS Connection Manager, specifically for use at the Kennedy Space Center (KSC). This procurement is a brand name requirement, emphasizing the necessity of this specific software to maintain the Cyber Security Infrastructure (CSI) Enterprise Cyber Logging (ECL) systems, which are critical for data handling and operational efficiency. The renewal license is essential for ensuring continuity of service and upholding NASA's operational standards, with the procurement set aside for small businesses and requiring compliance with federal acquisition regulations. Interested vendors must submit their bids by September 11, 2024, and direct any inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov by September 9, 2024.
    Repair of 29 MSCD-606D 6-Ch. Sig conditioning Modules
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure repair services for 29 MSCD-606D 6-Ch. Sig conditioning Modules through a sole source contract with Teletronics Technology Corporation. This procurement is critical as these modules are essential components used in various aerospace applications, and Teletronics has been identified as the sole provider capable of performing the required repairs. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on September 9, 2024, to Tracy Bremer at tracy.g.bremer@nasa.gov. The procurement will be conducted under FAR Part 12 and FAR Part 13, with the performance taking place at NASA's Armstrong Flight Research Center in Edwards, California.
    Notice of Intent to Sole Source to TEVET, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole source contract to TEVET, LLC for the delivery, installation, and commissioning of two Keysight Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This firm-fixed-price contract, compliant with Federal Acquisition Regulation (FAR) 19.1306, includes additional items such as Scienlab Battery Test Systems and Measurement and Control Modules, which are critical for NASA's electrical testing and measurement needs. Interested parties may submit statements of capabilities by September 19, 2024, to demonstrate their ability to meet the requirements, although this notice does not solicit competitive quotes. For further inquiries, interested vendors can contact Seliste Acres at seliste.c.acres@nasa.gov.
    Notice of Intent to Sole Source to Keysight Technologies, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole-source contract to Keysight Technologies, LLC for the delivery, installation, and commissioning of two Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This procurement is justified under FAR 6.302-1, indicating that only one responsible source is available to meet NASA's specific technical requirements. The contract will encompass not only the power supplies but also various related systems, including a Data Acquisition System and Scienlab Measurement and Control Modules, highlighting the critical role these components play in NASA's operations. Interested parties may submit a statement of capabilities by September 20, 2024, to the primary contact, Seliste Acres, at seliste.c.acres@nasa.gov, although this announcement is not a solicitation for competitive quotes.
    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.