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
    Zuken DS.E3 License Data and Configuration Management; POP: 10/1/24 - 9/30/25
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of Zuken DS.E3 License Data and Configuration Management tools, aimed at supporting space flight harness design and fabrication at the NASA Langley Research Center in Hampton, VA. This procurement includes the acquisition of various floating licenses, specifically five licenses each for the Framework Engine and Component Master, along with one Engineering Services Package, to enhance NASA's capabilities in aerospace technology. The performance period for this contract is set from October 1, 2024, to September 30, 2025, with proposals due by September 17, 2024. Interested vendors must provide a Unique Entity Identifier (UEI) and adhere to federal procurement regulations, with inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    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.
    Pressure Transducers
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure pressure transducers through a sole source contract with Kulite Semiconductor Products Inc. This procurement is essential for the operations at NASA's Armstrong Flight Research Center, where these specialized components will be utilized. The government intends to acquire these commercial items under the provisions of FAR Part 12 and FAR Part 13, with a deadline for interested organizations to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on September 16, 2024. For further inquiries, interested parties can contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
    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.
    Eddyfi Ectane 3 with 64-channel ECA and SmartMUX
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure an Eddyfi Ectane 3 with a 64-channel Eddy Current Array (ECA) and SmartMUX system, which is crucial for inspecting critical welds in space launch systems. The procurement aims to achieve a 90% probability of detection (POD) with 95% confidence for cyclically grown fatigue cracks, utilizing advanced features such as compatibility with a 64-element probe arrangement and customization via Magnifi software. This specialized inspection system is vital for ensuring the safety and reliability of components used in space exploration, with delivery expected within five weeks of order placement at NASA Langley Research Center. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on September 16, 2024, to be considered for this sole source contract.
    MIT SUBSCRIPTION RENEWAL
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its subscription with the Massachusetts Institute of Technology (MIT) through a sole source contract. This procurement is aimed at acquiring essential commercial items and services that support NASA's innovation strategies, particularly in facilitating knowledge exchange and collaboration among experts in innovation processes across various sectors. The contract will be executed at NASA's Johnson Space Center, with a deadline for interested organizations to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on September 18, 2024. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Will Garrett at will.c.garrett@nasa.gov.
    The NASA Search & Rescue Office requires the integration of Commercial Off-The Shelf (COTS) Mission Control Center (MCC) with the existing GSFC Medium Earth Orbit Search
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to integrate a Commercial Off-The-Shelf (COTS) Mission Control Center (MCC) with its existing Medium Earth Orbit Search and Rescue Local User Terminal (MEOLUT) at the Goddard Space Flight Center (GSFC). This sole source requirement specifically identifies Techno-Sciences Incorporated (TSI) as the exclusive provider for this integration, which is critical for processing emergency distress signals and maintaining operational efficiency within NASA's search and rescue operations. The project entails the delivery, installation, and integration of the MCC, ensuring compliance with Cospas-Sarsat standards and effective data sharing with NASA's network. Interested organizations must submit their qualifications in writing by September 18, 2024, at 9 a.m. CST, with inquiries directed to Procurement Specialist Shanna Patterson at shanna.l.patterson@nasa.gov.
    Notice of Intent to Sole Source to TEVET, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole source contract to TEVET, LLC for the delivery, installation, and commissioning of two Keysight Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This firm-fixed-price contract, compliant with Federal Acquisition Regulation (FAR) 19.1306, includes additional items such as Scienlab Battery Test Systems and Measurement and Control Modules, which are critical for NASA's electrical testing and measurement needs. Interested parties may submit statements of capabilities by September 19, 2024, to demonstrate their ability to meet the requirements, although this notice does not solicit competitive quotes. For further inquiries, interested vendors can contact Seliste Acres at seliste.c.acres@nasa.gov.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.
    One (1) Export Control Classifier to research and classify hardware, software, technology, information, and data for the SOFIA Project
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking a qualified contractor to provide one Export Control Classifier to assist in the classification of hardware, software, technology, information, and data for the Stratospheric Observatory for Infrared Astronomy (SOFIA) Project. The contractor will be responsible for ensuring compliance with export control laws during the project's closeout, which includes identifying and classifying materials for disposal in accordance with the Export Control Classification Number (ECCN). This procurement is critical for maintaining national security and regulatory compliance, emphasizing the importance of transparency and competition among contractors. Interested parties must submit their quotes by September 20, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.