Simcenter Software Purchase
ID: 80NSSC24877587QType: Special Notice
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

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

    The National Aeronautics and Space Administration (NASA) Shared Services Center intends to award a sole-source contract to Siemens Government Technologies for the purchase of Simcenter Software. NASA/NSSC seeks to procure this commercial item under the authority of FAR 13.106-1(b)(1)(i).

    The software is required for NASA/Kennedy Space Center (KSC) and the agency intends to use the provisions and clauses outlined in FAR Part 12 and FAR Part 13 for this acquisition. Interested parties should submit their capabilities and qualifications to the primary point of contact, Kacey Hickman, by 3:00 p.m. on July 29, 2024, via email.

    The NAICS Code for this procurement is 513210, and the NASA Clause 1852.215-84, Ombudsman, is applicable for this opportunity. Oral communications will not be accepted in response to this notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Annual renewal of CST Studio license maintenance
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the annual renewal of CST Studio Suite software licenses, specifically under RFQ 80NSSC24877823Q. This procurement involves the maintenance of various licensing schemes, including Concurrent Package Licensing and Token-Based Licensing, essential for electromagnetic simulation applications in research and development at the Glenn Research Center. The software is critical for modeling RF systems and must comply with high-performance computing standards, with a required delivery timeframe of one week after receipt of order. Quotes are due by September 9, 2024, and interested parties should contact Monica Wilson at monica.d.wilson@nasa.gov for further details.
    Concurrent Real-Time Inc. iHawk computer maintenance agreement renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking to renew the maintenance agreement for Concurrent Real-Time Inc. iHawk computers. This agreement is essential for the operation and upkeep of the iHawk computer systems. NASA/NSSC intends to issue a sole source contract to Concurrent Real-Time Inc., the sole provider of this service. The performance location will be at NASA/Ames Research Center (ARC) in the USA. Interested organizations must submit their capabilities and qualifications by 12/24/2022. This procurement falls under the Total Small Business Set-Aside (FAR 19.5) category.
    IMAGINiT Technologies Consulting Services
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) seeks authorized resellers for brand name IMAGINiT Technologies Consulting Services, a sole-source contract for specialized consulting expertise related to functional requirements definition, solution architecture, and drawing conversion. This procurement is focused on NASA-specific needs, emphasizing security and documentation. With a concise period of performance, vendors are invited to submit detailed proposals by August 13, 2024, for a potential contract award managed by the NASA Shared Services Center. IMAGINiT Technologies Consulting Services are crucial to NASA's Facilities Office, offering an extensive intellectual property database that enables floor space management, CAD drawing creation, and emergency preparedness. The software's specialized nature and NASA's extensive historical data make competition impractical. As a result, NASA aims to negotiate with the brand name vendor to ensure operational continuity. Interested parties should contact Tessa Martinez at tessa.m.martinez@nasa.gov for further information on this opportunity, which has a projected value of up to $500,000.
    MagicDraw Licenses
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to acquire MagicDraw licenses through a sole source contract with DS Government Solutions Corp, the exclusive provider of this software. The procurement aims to renew these essential licenses as the current ones approach expiration, ensuring continued access for over 500 users across various centers and five Mission Directorates, thereby enhancing software license management in line with Government Accountability Office recommendations. The renewal period is set for five months, commencing on October 1, 2024, with interested organizations invited to submit their qualifications by 1 p.m. CST on September 9, 2024, to assess the feasibility of a competitive procurement process. Responses must be submitted in writing, as oral communications are not accepted.
    Notice of Intent to Sole Source to Keysight Technologies, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole-source contract to Keysight Technologies, LLC for the delivery, installation, and commissioning of two Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This procurement is justified under FAR 6.302-1, indicating that only one responsible source is available to meet NASA's specific technical requirements. The contract will encompass not only the power supplies but also various related systems, including a Data Acquisition System and Scienlab Measurement and Control Modules, highlighting the critical role these components play in NASA's operations. Interested parties may submit a statement of capabilities by September 20, 2024, to the primary contact, Seliste Acres, at seliste.c.acres@nasa.gov, although this announcement is not a solicitation for competitive quotes.
    Dell Progress ECS Connection Manager H1 1 Year Renewal License
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to acquire a one-year renewal license for the Dell Progress ECS Connection Manager, specifically for use at the Kennedy Space Center (KSC). This procurement is a brand name requirement, emphasizing the necessity of this specific software to maintain the Cyber Security Infrastructure (CSI) Enterprise Cyber Logging (ECL) systems, which are critical for data handling and operational efficiency. The renewal license is essential for ensuring continuity of service and upholding NASA's operational standards, with the procurement set aside for small businesses and requiring compliance with federal acquisition regulations. Interested vendors must submit their bids by September 11, 2024, and direct any inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov by September 9, 2024.
    Simulation and Advanced Software Services II (SASS II)
    Active
    National Aeronautics And Space Administration
    NASA's Johnson Space Center is seeking information from potential sources for the Simulation and Advanced Software Services II (SASS II) contract, aimed at providing specialized simulation and advanced software services for various space exploration programs. The procurement will focus on areas such as robotics, avionics, vehicle guidance, navigation, control systems, and software development technologies, which are critical for supporting missions like the International Space Station, Orion, Gateway, and Artemis. Interested parties are encouraged to submit capability statements by June 7, 2024, and can find additional details, including the draft Statement of Work and the Interested Parties List, on the SASS II website. For inquiries, contact Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    Repair of 29 MSCD-606D 6-Ch. Sig conditioning Modules
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure repair services for 29 MSCD-606D 6-Ch. Sig conditioning Modules through a sole source contract with Teletronics Technology Corporation. This procurement is critical as these modules are essential components used in various aerospace applications, and Teletronics has been identified as the sole provider capable of performing the required repairs. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on September 9, 2024, to Tracy Bremer at tracy.g.bremer@nasa.gov. The procurement will be conducted under FAR Part 12 and FAR Part 13, with the performance taking place at NASA's Armstrong Flight Research Center in Edwards, California.
    Semiconductor Probe Station
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for a semiconductor probe station, specifically the Signatone S-1160B-8N, through a Request for Quotation (RFQ) issued under number 80NSSC24881094Q. This procurement aims to acquire a specialized piece of laboratory equipment essential for semiconductor research, ensuring compatibility with existing systems at NASA's Glenn Research Center in Cleveland, Ohio. The RFQ is set aside for small businesses, with quotes due by September 12, 2024, and inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov. Vendors must comply with federal acquisition regulations and provide necessary representations and certifications to participate in this opportunity.
    Schneider Electric M580 PLC equipment
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure Schneider Electric M580 PLC equipment to replace outdated Quantum Model PLCs at the Glenn Research Center. This procurement aims to enhance operational efficiency through the acquisition of advanced PLCs, which feature smaller form factors, improved customer support, and compatibility with existing systems. The contract will be awarded to Crescent Electric Supply Co., the sole provider of this equipment, with installation services provided by Electronic Techs as facility schedules allow. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on September 9, 2024, to be considered for this procurement.