FY25 BMC Helix Renewal
ID: 80NSSC25894233QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

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

    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the renewal of BMC Helix services for fiscal year 2025, specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to ensure compliance with federal regulations while providing essential IT and telecom services, including business application development software as a service. This renewal is critical for supporting NASA's ongoing missions, particularly in enhancing operational capabilities and maintaining effective communication systems. Interested vendors must submit their bids by February 13, 2025, and direct any inquiries to Kacey Hickman at kacey.l.hickman@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Glenn Research Center (GRC) is soliciting the purchase of the Wireless InSite MIMO Package under a floating lease arrangement, including Tier 3 maintenance and support. The proposal specifies the acquisition of two units identified by OEM Part # WIMIMO-FL. The installation will occur on multiple computers at the GRC, incorporating a license server. The designated place for performance is located at the NASA GRC in Cleveland, Ohio, with the point of contact being Obed Sands. The duration of the contract will span 12 months from the date of award. This RFP highlights NASA's intent to enhance its technological capabilities through the procurement of specialized software and support services.
    NASA's Shared Services Center recommends a sole-source negotiation with Remcom, Inc. for the acquisition of the Wireless InSite MIMO Package, which includes a floating lease and Tier 3 maintenance and support. The purpose of this purchase is to support critical research on lunar surface radio wave propagation as part of the Artemis missions. The document states that this specific brand software is essential due to its unique capabilities in analyzing various radio communications systems, including Wi-Fi, space-to-space communication, and advanced technologies like MIMO and OFDM. Should an alternative vendor or brand be chosen, it could lead to significant delays in the Artemis Human Landing System and Electric Propulsion projects, necessitating additional training and implementation time on a new software that does not meet the project requirements. Thus, the acquisition of the Remcom software is vital for the timely progress of NASA's mission objectives, underscoring the impracticality of competition in this situation due to the specialized nature of the software needed.
    The document is a Request for Quotation (RFQ) from NASA for the renewal of BMC Helix services for fiscal year 2025. It outlines key sections, including the Statement of Work, instructions for offerors, solicitation provisions, terms and conditions, and evaluation criteria. The procurement is designated for small businesses and includes specific requirements such as registration in the System for Award Management (SAM) and completion of certain representations and certifications. Bids must be submitted by February 13, 2025, with detailed contact information and contractual questions directed to the listed NASA representative. The document enumerates various Federal Acquisition Regulation (FAR) clauses and provisions that must be adhered to, covering aspects such as telecommunications, compliance with federal tax obligations, and Buy American requirements. Overall, the RFQ emphasizes compliance, targeting small businesses capable of delivering specified commercial services and products, alongside regulatory requirements designed to ensure fair contracting practices and oversight in government procurement processes.
    Lifecycle
    Title
    Type
    FY25 BMC Helix Renewal
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Siemens Simcenter Flomaster Fluid System & Dynamic AP SW Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its licenses for the Siemens Simcenter Flomaster Fluid System and Dynamic AP Software for fiscal year 2025. This procurement is essential for ongoing engineering support of Rocket Propulsion Test Projects at the Stennis Space Center, where the software's unique capabilities are critical for maintaining operational efficiency and project integrity. The contract period is set from January 1, 2025, to December 31, 2025, with responses to the solicitation due by February 25, 2025. Interested small businesses must register at SAM.gov and direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.
    NASA Small Business Innovation Research (SBIR) Phase I Fiscal Year 2025
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Innovation Research (SBIR) Phase I for Fiscal Year 2025, aimed at fostering innovative technologies that support NASA's missions. Eligible small businesses, defined as those with 500 or fewer employees, are required to submit proposals that demonstrate feasibility and potential for commercial viability, with a maximum funding of $150,000 available for a six-month project duration. This initiative is crucial for advancing aerospace technology and enhancing the broader economy, as it emphasizes sound business practices and market readiness. Proposals must be submitted via the Proposal Submissions and Award Management System (ProSAMS) by March 10, 2024, and interested parties can reach out to Kenneth E. Albright at Kenneth.E.Albright@nasa.gov or Steven Brockway at steven.m.brockway@nasa.gov for further information.
    NASA Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation, aimed at developing innovative technologies that can benefit both NASA missions and broader societal needs. Proposals must demonstrate technical feasibility, relevance to NASA's objectives, and include a clear commercialization strategy, with funding capped at $150,000 for a project duration of 13 months. This initiative emphasizes the importance of small businesses in federal research and development, particularly encouraging participation from socially and economically disadvantaged groups. Interested parties must submit their proposals by March 10, 2025, and can reach out to Kenneth E. Albright at Agency-SBIR-STTRSolicitation@mail.nasa.gov or by phone at 228-813-6127 for further information.
    LARC PowerFLOW Software Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses and support for the LARC PowerFLOW software, with a focus on maintaining essential technological capabilities for ongoing research and development activities. This procurement involves a sole source contract with Dassault Systems, the exclusive provider of PowerFLOW, which is critical for simulating complex aerodynamic flows and ensuring compatibility with existing datasets. Interested parties may submit their qualifications by 7 a.m. Central Standard Time on February 24, 2025, to determine if a competitive procurement process is warranted, with Shanna Patterson serving as the primary contact for inquiries.
    Codeware Software Maintenance Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew maintenance for Codeware Software, specifically for two licenses essential for engineering assessments and asset integrity management. The procurement includes License 23599 for COMPRESS, which provides support and updates with an ASME VIII-2 option, and License 81781 for INSPECT, an on-premises subscription focused on fixed equipment asset integrity. This maintenance service is critical for maintaining essential software services that support NASA's engineering and operational workflows at the Ames Research Center, with the service period set from March 23, 2025, to March 22, 2026. Interested parties can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details.
    FY25 Trane Services and Tracer ES License Support
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking a sole-source acquisition for the renewal of proprietary software licenses, specifically for Tracer TU Professional Edition, as part of the FY25 Trane Services and Tracer ES License Support initiative. This procurement includes annual license renewals for three individuals, software updates, training for one year post-purchase, and Software Maintenance Plans (SMP) for fifty-eight existing Application SC+ Controllers across various NASA buildings. The renewal is crucial for maintaining operational software systems that effectively manage building controls at the Langley Research Center. Interested parties can contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136 for further details, with the performance period set from February 27, 2025, to February 28, 2026.
    NRESS III Draft RFP 80HQTR25R7002
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the NRESS III Draft Request for Proposal (RFP) 80HQTR25R7002, aimed at providing research and education support services, including professional and IT services for NASA's peer review program. The contract, which is set aside for 8(a) businesses, will facilitate the management of research proposals, outreach programs, and compliance with federal grant policies, ensuring efficient contract management and adherence to NASA's operational standards. The anticipated contract value ranges from a minimum of $5 million to a maximum of $365,208,886, with proposals due approximately 30 days after the final RFP release on April 29, 2025. Interested parties can direct inquiries to Chanda Cannon at chanda.m.cannon@nasa.gov or Jasmine N. Jett at jasmine.n.jett@nasa.gov.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    NASA's Johnson Space Center is seeking proposals from small businesses for the Simulation and Advanced Software Services II (SASS II) contract, aimed at providing specialized services in space-based robotics, avionics, and flight software. The contract, structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with both Cost-Plus Fixed-Fee and Firm-Fixed Price task orders, will support critical NASA programs such as the International Space Station, Orion, Gateway, and Artemis over a five-year period. Interested offerors must submit their proposals by March 13, 2025, and are encouraged to attend a pre-proposal conference on February 18, 2025, to clarify any questions regarding the solicitation. For further inquiries, potential bidders can contact Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@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.