Safety and Mission Assurance Services (SMAS) III e-Library
ID: 80GSFC24R0001-elibraryType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GODDARD SPACE FLIGHT CENTERGREENBELT, MD, 20771, USA

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 7, 2023, 1:54 AM UTC
  2. 2
    Updated Mar 5, 2024, 7:34 PM UTC
  3. 3
    Due Not available
Description

Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking Safety and Mission Assurance Services (SMAS) III e-Library. This service involves the creation of an electronic library of supplemental information for safety and mission assurance purposes. The library will provide access to important resources and documents related to safety and mission assurance. The procurement is set aside for small businesses. The place of performance is Greenbelt, MD, USA (zip code: 20771). For more information, please contact Miranda G. Meyer at miranda.g.meyer@nasa.gov or Nancy J. Lindsey at nancy.j.lindsey@nasa.gov.

Point(s) of Contact
Miranda G. Meyer
miranda.g.meyer@nasa.gov
Nancy J. Lindsey
nancy.j.lindsey@nasa.gov
Files
Title
Posted
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Lifecycle
Title
Type
Special Notice
Similar Opportunities
5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the 5X Mission Assurance Support Services Recompete, aimed at providing specialized technical engineering services at the Jet Propulsion Laboratory (JPL) in La Canada Flintridge, California. This procurement is a total small business set-aside under NAICS code 541715, focusing on areas such as reliability engineering, quality assurance, and environmental assurance, with the intent to award multiple subcontracts for staff augmentation and task-based services. The selected contractors will play a crucial role in supporting JPL's in-house projects and missions, ensuring compliance with stringent safety and environmental standards. Proposals are due by April 18, 2025, with further inquiries directed to Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or by phone at 818-354-1623.
Evaluations, Assessments, Studies, Services, and Support (EASSS) 4
Buyer not available
The National Aeronautics and Space Administration (NASA) Langley Research Center is inviting proposals for the Evaluations, Assessments, Studies, Services, and Support 4 (EASSS 4) contract, aimed at providing essential evaluations and support for the Science Office for Mission Assessments (SOMA) and other designated NASA organizations. This procurement is structured as a small business set-aside competition under NAICS code 541715, with a Cost-Plus-Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) contract expected to span five years, with a total contract value ranging from $100,000 to $99.75 million. The selected contractor will be responsible for conducting various assessments, ensuring compliance with conflict of interest policies, and maintaining a Top Secret facility clearance, which underscores the critical nature of the services being sought. Proposals are due by April 28, 2025, and all inquiries should be directed to Sheryl Kopczynski at sheryl.c.kopczynski@nasa.gov by April 4, 2025.
Environmental Test and Integration Services (ETIS) IV - eLibrary
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking contractors to provide Environmental Test and Integration Services (ETIS) IV at the Goddard Space Flight Center in Greenbelt, Maryland. The procurement aims to support a range of environmental testing services, including structural, electromagnetic, and thermal vacuum testing, essential for ensuring the safety and performance of aerospace systems. This initiative is critical for advancing NASA's space flight capabilities and ensuring compliance with rigorous testing standards. Interested parties can contact Eboni N. Washington or Bria Cromartie Whitehead via email for further details, with relevant documents available in the ETIS IV eLibrary.
TECHNOLOGY TRANSFER OPPORTUNITY: Lunar Surface Manipulation System (LAR-TOPS-73)
Buyer not available
Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking development partners and potential licensees for the Lunar Surface Manipulation System (LSMS). The LSMS is a versatile lifting and precision positioning device designed for operations on the lunar surface. It allows for fine positioning with complete control over both translation and rotation of the payload. The LSMS can perform multiple functions such as unloading components from a lander, transporting components to an operational site, and supporting service and replacement during component life. NASA is soliciting inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market this technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, please visit the NASA Technology Transfer Portal. No follow-on procurement is expected to result from responses to this Notice.
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.
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.
Saratech Maintenance Renewal FY25
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
Haas Desktop CNC Mill and Control System
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.
Facilities And Operations Maintenance Support Services II (FOMSS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The contract aims to deliver comprehensive operations, maintenance, and repair services for a diverse campus comprising approximately 344 structures, including complex aerospace facilities and environmental management tasks related to hazardous waste. This competitive acquisition is designated as an 8(a) set-aside, with a total estimated value of $110 million over a five-year period, including a 45-day phase-in and multiple option years. Interested parties must submit their comments on the Draft Request for Proposal (DRFP) by August 29, 2024, and proposals are anticipated to be due by October 11, 2024. For further inquiries, contact Noeleen Laughlin at noeleen.laughlin@nasa.gov or Joseph R. Tynes at joseph.r.tynes@nasa.gov.
SOURCES SOUGHT SPECIAL NOTICE 2025
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.