Maintenance SPPX=01
ID: 80NSSC23849722QType: Special Notice
Overview

Buyer

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

PSC

MAINTENANCE OF OTHER UTILITIES (Z1NZ)
Timeline
    Description

    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking Maintenance SPPX=01 services. This service is typically used for the maintenance of other utilities. NASA intends to award a sole source contract to KLA CORPORATION for this requirement. The performance location will be at NASA/ Goddard Space Flight Center (GSFC). Interested organizations must submit their capabilities and qualifications by 10/12/2023. The government will evaluate these submissions to determine whether or not to conduct a competitive procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Maintenance SPPX=01
    Currently viewing
    Special Notice
    Similar Opportunities
    SW - VA One
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure maintenance and technical support for its VA One licensing software through a sole-source contract with ESI North America, Inc. This procurement is essential to ensure the continuity of software patches, support, and upgrades necessary for critical projects, including the Space Launch System (SLS) and Gateway, which rely on the software for model validation. The contract is set to run from April 1, 2025, to March 31, 2026, and interested organizations are invited to submit their qualifications by 7 a.m. Central Standard Time on February 5, 2025. For further inquiries, potential bidders can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Inspection and repair of LaRC G-III engine
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure inspection and repair services for the LaRC G-III engine, specifically for the Spey engine (S/N 11189) installed in a Gulfstream GIII aircraft (N520NA). The selected vendor will be responsible for evaluating the engine following damage identified during a borescope inspection, which includes assisting with engine removal, transportation, and conducting inspections at their facility, ultimately leading to a repair plan that requires NASA's approval. This initiative is critical for maintaining aerospace research capabilities while ensuring compliance with safety and regulatory standards, as all work must adhere to applicable technical publications and FAA regulations. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 1:00 p.m. Central Standard Time on February 7, 2025, with the project timeline mandating completion by March 14, 2025.
    The purpose of this contract is to provide specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft. The contractor shall address operational challenges, enhance control optimization, and facilitate integration ta
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft through a sole-source contract with KONGSBERG NANOAVIONICS US LLC. The contractor will be responsible for addressing operational challenges, enhancing control optimization, and facilitating integration tasks to ensure mission success during the spacecraft's de-orbiting process. This procurement is critical for maintaining technical continuity and efficiency, as the selected contractor's familiarity with the project is essential for mitigating risks associated with vendor transitions. Interested parties must submit their qualifications by 7 a.m. CST on February 5, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
    Spaceport Operations and Center Services (SOCS)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Kennedy Space Center is seeking qualified vendors to provide Spaceport Operations and Center Services (SOCS), which includes facilities support services at KSC and Cape Canaveral Space Force Station. The contract will encompass a range of services such as maintenance and operations of facilities, integrated operations center management, engineering support, and logistics services, aimed at supporting over 30 customers including NASA and the United States Space Force. The anticipated timeline for the Request for Proposal (RFP) release is around August 29, 2024, with proposals due by October 31, 2024, and contract awards expected by June 30, 2025. Interested parties can contact Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information and are encouraged to monitor https://sam.gov for updates.
    Boeing - Santa Susana Field Laboratory
    Buyer not available
    NASA's Marshall Space Flight Center is seeking to procure services related to the Santa Susana Field Laboratory, specifically focusing on electrical usage, groundwater extraction and treatment system operations, stormwater and surface water treatment operations, and emergency contingency operations. The contract will also involve compliance with the Los Angeles Regional Water Quality Control Board services, highlighting the importance of environmental remediation in this context. NASA intends to issue a sole source contract to The Boeing Company under the authority of 10 U.S.C. 3204(a)(1), with interested organizations invited to submit their capabilities and qualifications by February 8, 2025, to Samuel P. McIlvoy at Samuel.P.Mcilvoy@nasa.gov for evaluation purposes.
    Comsol Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Comsol software licenses through a sole source contract with Comsol, Inc. The primary objective of this procurement is to secure updated license files and necessary features for a 12-month subscription, which is critical for the development, analysis, and simulation of processing systems, particularly those involved in instrument signal processing. This renewal is essential to avoid delays in time-sensitive projects that could affect their schedules within the current fiscal year. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 11:59 a.m. Eastern Standard Time on February 7, 2025, with the procurement being conducted under FAR Part 12 and FAR Part 13 guidelines. For further inquiries, interested parties can reach out to Kathi Thomas at katheryn.a.thomas@nasa.gov or Tiffany Neal at tiffany.neal@nasa.gov.
    Epsilon3 Pro License Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Epsilon3 Pro License through a sole source contract with Epsilon3, Inc., the exclusive provider of this software. The procurement involves acquiring one on-premise deployment license for a 12-month term, along with an additional 40 licenses, to support electronic procedure execution at the NASA Stennis Space Center in Mississippi. This renewal is crucial for maintaining operational capabilities within NASA's procedural management systems, ensuring continued efficiency and compliance. Interested parties may submit their capabilities and qualifications by 1 p.m. CST on February 6, 2025, to assess the possibility of competitive procurement, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    3262033-0502 REGULATED CONNECTOR
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the 3262033-0502 Regulated Connector, with the intention of issuing a sole source contract to Mission Systems Davenport, Inc. This procurement is critical for the NASA Armstrong Flight Research Center (AFRC) and involves specific compliance with quality standards and logistical requirements, including coordination for freight delivery to Edwards Air Force Base. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on February 5, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, interested parties may contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
    Santa Susana Field Laboratory - California Department of Toxic Substances Control
    Buyer not available
    NASA's Marshall Space Flight Center is seeking to continue environmental remediation oversight at the Santa Susana Field Laboratory in Ventura County, California, as mandated by agreements with the California Department of Toxic Substances Control (DTSC). The procurement involves a sole source contract to acquire services from the California DTSC under the authority of 10 U.S.C. 3204(a)(1), emphasizing the critical nature of environmental remediation in compliance with regulatory requirements. Interested organizations are invited to submit their capabilities and qualifications via email to Samuel P. McIlvoy by 4:00 PM Central on February 7, 2025, to determine the potential for competitive acquisition. Further details, including the applicable NASA Clause 1852.215-84, Ombudsman, can be found on NASA's procurement website.
    SAT Support for Steve Maher
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure specialized support for the SAT project led by Steve Maher, with a focus on advancing the readout of large-format mid-infrared transition-edge sensor arrays at the Goddard Space Flight Center in Greenbelt, Maryland. The contract will be awarded on a sole source basis to Triggs Tech LLC, as they are identified as the sole provider capable of fulfilling these specific requirements. The project is allocated approximately 0.2 Full-Time Equivalents (FTEs) with a budget capped at $62,400, and is scheduled to run from January 13, 2025, to February 14, 2026, with no travel or procurement expenditures authorized. Interested organizations must submit their capabilities and qualifications by 3:00 p.m. Eastern Standard Time on February 6, 2025, to the primary contact, Felecia Lorraine London, at Felecia.l.london@nasa.gov.