Project and Engineering Support Services II (PESS II) Extension
ID: 80ARC021D0001_NOI2025Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA AMES RESEARCH CENTERMOFFETT FIELD, CA, 94035, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SPACE R&D SERVICES; SPACE FLIGHT, RESEARCH AND SUPPORTING ACTIVITIES; BASIC RESEARCH (AR11)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 12:00 AM UTC
Description

NASA's Ames Research Center intends to extend the Project and Engineering Support Services II (PESS II) contract with Millennium Engineering and Integration Services (MEIS) on a sole source basis. This extension, which will last for two years, includes a twelve-month base period and an optional twelve-month period, aimed at continuing critical mission work related to Artemis, Lunar Exploration, and various other space science initiatives. The PESS II contract is vital for providing essential engineering and project management support across multiple disciplines, ensuring compliance with NASA policies and safety regulations while enhancing operational capabilities. Interested organizations may submit their qualifications to Noor Khazendar at noor.khazendar@nasa.gov by April 15, 2025, for consideration in determining whether to conduct a competitive acquisition process.

Point(s) of Contact
Rosalinda R. De Leon
rosalinda.r.deleon@nasa.gov
Files
Title
Posted
Apr 1, 2025, 8:05 PM UTC
The Project and Engineering Support Services II (PESS II) contract seeks to provide essential engineering and project management support for NASA's Ames Research Center (ARC). The contract outlines responsibilities across various engineering disciplines, including mechanical, electrical, systems engineering, and project management. It emphasizes compliance with NASA policies and safety regulations, ensuring that contractor efforts align with NASA's mission to advance science and technology for space exploration. Specific tasks include project management support, system design and development, assembly, integration, testing, technical writing, and proposal support. The contractor must provide labor and materials, utilizing government facilities when feasible and ensuring adherence to quality standards and inspection requirements. The contract incorporates an Indefinite Delivery Indefinite Quantity (IDIQ) model, allowing for flexibility in responding to emerging mission requirements. Overall, PESS II aims to enhance ARC's capabilities in project execution, facilitate efficient operational practices, and promote collaborative efforts with various government and commercial entities. This initiative reflects NASA's commitment to advancing its R&D capabilities through strategic partnerships and effective resource allocation.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Private Astronaut Missions 5 and 6 Flight Opportunities
Buyer not available
NASA's Johnson Space Center is soliciting proposals for Private Astronaut Missions (PAMs) 5 and 6, which will provide flight opportunities to the International Space Station (ISS) between May 2026 and mid-2027. The missions will accommodate a maximum of four private astronauts for a docked duration not exceeding 14 days, with specific restrictions on mission activities such as Extravehicular Activities (EVAs) and operation of ISS Robotic Systems. This initiative is part of NASA's broader strategy to commercialize Low Earth Orbit (LEO) and requires proposals to adhere to guidelines outlined in the NASA Research Announcement (NRA) Focus Area 4A. Interested parties must submit their proposals by May 30, 2025, at 4:00 PM Central Daylight Time, and can direct inquiries to Ashley Chaves or Elizabeth Kosobud via email.
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.
Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to issue a Draft Request for Proposal (DRFP) for the Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II contract at the Marshall Space Flight Center in Huntsville, Alabama. This contract will focus on various program planning and control requirements, including integration, program analysis, earned value management, cost estimating, scheduling, and risk analysis, along with subject matter expert support for strategic planning and project reviews. The anticipated release date for the DRFP is around April 24, 2025, followed by the Request for Proposal (RFP) on or about June 6, 2025, with all responsible sources encouraged to submit offers. Interested parties should direct any questions to Charlene Booth at charlene.c.booth@nasa.gov by May 6, 2025, and monitor SAM.gov for updates on the solicitation.
Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II, aimed at providing essential programmatic support services at the Marshall Space Flight Center in Huntsville, Alabama. This procurement is a total small business set-aside for an indefinite delivery, indefinite quantity (IDIQ) contract, which will include a two-year base period and three one-year options, focusing on areas such as Program Analysis, Earned Value Management, Cost Estimating, Scheduling, and Risk Integration. The Draft Request for Proposal (DRFP) is intended to gather industry feedback to refine the final RFP, which is expected to be released on or about June 6, 2025, with proposals due approximately 30 days later. Interested parties are encouraged to submit comments by May 6, 2025, and can contact Charlene Booth at charlene.c.booth@nasa.gov for further information.
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.
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.
Next Space Technologies for Exploration Partnerships -3 (NextSTEP-3) Omnibus
Buyer not available
NASA's National Aeronautics and Space Administration is initiating the Next Space Technologies for Exploration Partnerships-3 (NextSTEP-3) Omnibus, aimed at fostering partnerships to advance technologies for human space exploration, particularly for lunar and Mars missions. This initiative invites proposals for studies, research, and technology development that align with NASA's Moon to Mars exploration strategy, with a focus on enabling long-term human presence throughout the solar system. The Omnibus is effective from September 27, 2024, to September 26, 2029, and will issue specific solicitations through BAA Appendices detailing research opportunities, eligibility criteria, and funding ranges, with awards potentially starting below $100K and exceeding several million dollars based on project scope. Interested parties can reach out to the NASA ESDMD Moon to Mars Program Office at HQ-NextSTEP-BAA@mail.nasa.gov for further information.
Human Health and Performance Contract 2 (HHPC2)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Human Health and Performance Contract 2 (HHPC2), aimed at enhancing crew health, safety, and productivity in support of human spaceflight activities. This procurement will involve compliance with a range of technical and operational standards, including rigorous performance evaluations and adherence to applicable documents related to human health and performance within aerospace contexts. The contract, structured as a Cost-Plus-Award-Fee (CPAF) arrangement, is set to commence on November 1, 2025, and will primarily take place at NASA's Johnson Space Center in Houston, Texas. Interested parties should direct inquiries to primary contact Yaranet Marquez at yaranet.marquez-1@nasa.gov or secondary contact Joseph Ocampo at joseph.t.ocampo@nasa.gov, with the final Request for Proposal (RFP) expected around December 6, 2024.
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.
Operations Mission Support to the Hinode (Solar-B) Program
Buyer not available
NASA's Marshall Space Flight Center is seeking to extend operations mission support for the Hinode (Solar-B) Program through a sole source contract modification. The objective is to ensure continued support for the mission's science operations, which focus on investigating the Sun's magnetic activity, a critical area of solar science. This program is a collaborative effort involving NASA, the Japan Aerospace Exploration Agency (JAXA), and the U.K. Science and Technology Facilities Council, with NASA managing the on-board instruments and overseeing three prime contractors. Interested organizations are invited to submit their capabilities and qualifications by May 1, 2025, to Brandon Pitts and Iris Walter via email, as the government evaluates whether to conduct a competitive acquisition process.