FY24 Renewal of CDP Hardware/Software Maintenance Support
ID: 80NSSC24853382QType: Special Notice
Overview

Buyer

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

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    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.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Similar Opportunities
    Qumulo General Purpose Tier 1TB Support Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide renewal support for Qumulo General Purpose Tier 1TB software and Mission Q Services, essential for maintaining data management capabilities at the Langley Research Center in Hampton, Virginia. This procurement includes two software subscriptions, each with a capacity of 672 TB, covering the performance period from February 7, 2025, to February 6, 2026, along with an additional subscription for a total capacity of 1344 TB from September 4, 2025, to February 6, 2026. The renewal is critical for ensuring compliance with NASA's cybersecurity policies and maintaining operational consistency, as the software is uniquely compatible with existing hardware. Interested offerors must submit their quotes by March 12, 2025, and can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov for further information.
    DEFORM Premier Annual Lease Renewal with MPI (4-CPU) on hdlk #4346
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its annual lease for DEFORM Premier software, which is critical for flow forming finite element modeling at the Langley Research Center in Hampton, Virginia. This procurement involves a 4-CPU setup under system hdlk 4346 and is intended to support ongoing research and development efforts in aeronautics and space exploration. The lease period is set for one year, from May 30, 2025, to May 29, 2026, and organizations interested in competing for this contract must submit their qualifications by 4:00 p.m. CST on March 12, 2025. For further inquiries, interested parties can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    Concurrent Real-Time Information Technology (IT) Annual Maintenance and Warranty Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking contractors for the annual maintenance and warranty renewal of its Concurrent Real-Time Information Technology (IT) systems at the Marshall Space Flight Center in Huntsville, Alabama. This procurement aims to ensure the continued operational efficiency and reliability of critical IT infrastructure, which plays a vital role in supporting NASA's various missions and projects. Interested vendors should note that the opportunity falls under the NAICS code 334111, focusing on Electronic Computer Manufacturing, and the PSC code DH10, which pertains to IT and Telecom services. For further inquiries, potential bidders can contact Jonathan Sanders at jonathan.t.sanders@nasa.gov or Michael Thomas at michael.r.thomas@nasa.gov.
    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.
    Numerical Propulsion System Simulation® (NPSS®) Consortium
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking ongoing maintenance and upgrades for the Numerical Propulsion System Simulation® (NPSS®) software, which is crucial for analyzing thermodynamic systems in advanced propulsion and power applications. The procurement aims to ensure the software's continued capability and is aligned with a 2010 Software Use and Distribution Agreement with the Ohio Aerospace Institute, offering services at a pricing structure available to the lowest-tier NPSS consortium members. This initiative emphasizes collaboration within NASA's software development framework and reflects the agency's commitment to advancing technology in propulsion systems. Interested organizations with the capability to perform the required work must submit their qualifications in writing by 4:00 p.m. Central Standard Time on March 12, 2025, to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    (4) Dawn VME RME-5553 cPCI Chassis
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide four units of the Dawn VME RME-5553 cPCI Chassis, which are essential for hosting an avionics emulator for the Gateway Power and Propulsion Element. The procurement requires that each chassis meet specific technical specifications, including a 19” rack mount, 4U height, and various components such as a high-powered fan assembly and health monitoring system, with delivery expected within 8 to 10 weeks after receipt of order. This acquisition is critical to NASA's ongoing technological advancements in space exploration, emphasizing the need for specialized equipment. Interested offerors must submit their quotations by March 11, 2025, and can contact Cara Craft at cara.s.craft@nasa.gov for further information.
    Laser Screening and Lot Qualification Testing
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide laser screening and lot qualification testing services at the NASA Johnson Space Center in Houston, Texas. This procurement aims to ensure the rigorous testing of lasers used in the Primary Constituent Monitor (PCM) Project, which is critical for monitoring oxygen, carbon dioxide, and water levels in the Habitation and Logistics Outpost (HALO) module for the Artemis IV mission. The selected contractor will be responsible for conducting Electro-Optical Performance Testing, Laser Screening, and Lot Acceptance Testing, adhering to NASA standards to guarantee the reliability and safety of these essential components. Interested parties should contact Maya Evans at maya.e.evans@nasa.gov or Stephen Noethen at stephen.d.noethen@nasa.gov for further details.
    Procuring GR740 development units for software testing
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure GR740 development units and associated software for software testing, specifically for the Mars Ascent Vehicle (MAV) Flight Software. The procurement involves acquiring two GR740 development units and three GRMON4 software components from Frontgrade Gaisler, which are critical for ensuring compatibility with the MAV's current software integration testing. This sole source procurement is essential to maintain coherence in the MAV team's ongoing development processes, with an anticipated delivery period of 18-20 weeks following the issuance of a purchase order. Interested vendors may submit their capabilities and qualifications by 7 a.m. CST on March 11, 2025, for evaluation, and inquiries can be directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
    RFQ 80JSC025Q7001 Electronic Health Record
    Buyer not available
    NASA's Johnson Space Center is seeking proposals for a new Electronic Health Record (EHR) system to replace its outdated athenaFlow software, which lacks essential features and is nearing the end of its operational life. The objective is to implement a commercial-off-the-shelf EHR solution by July 2026, ensuring compliance with federal regulations and certifications such as HIPAA and ONC HIT, while focusing on data migration, security measures, and user training. This procurement is critical for enhancing healthcare delivery for astronauts and personnel involved in spaceflight medicine, reflecting NASA's commitment to maintaining high standards of health services. Interested vendors must submit their quotes by 2:00 PM CST on March 13, 2025, and can contact Joshua Hlavenka or Johnny Vuong for further information.
    Flight Dynamic Support Services (FDSS III) Extension
    Buyer not available
    NASA's Goddard Space Flight Center is seeking to extend its Flight Dynamics Support Services (FDSS III) contract, which provides essential flight dynamics support for various space missions and systems analysis. The procurement aims to ensure continued operational support, including orbit determination, trajectory control, and attitude analysis, while also advancing technology development in navigational techniques and software engineering compliance. This sole source contract extension to OPR, LLC is critical for maintaining mission capabilities through October 31, 2025, as a follow-on competitive contract is anticipated. Interested organizations may submit their qualifications to Jacob Perez at jacob.a.perez@nasa.gov by 4:30 PM EST on October 21, 2024, for consideration in the acquisition process.