Wave6 Annual Software Support Renewal
ID: 80NSSC25885773QType: 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

    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its annual software support for Wave6 applications, specifically requiring two concurrent and shareable licenses of Wave6 Power Session. This procurement is critical for ensuring operational continuity of NASA's software tools utilized in various space missions and projects, with performance taking place at the Johnson Space Center in Houston, Texas. The contract period is set from November 19, 2024, to November 18, 2025, and interested parties must submit their qualifications by 1 p.m. Central Time on October 18, 2024, to be considered for this sole source contract with DS Government Solutions Corp. For further inquiries, potential bidders can contact Cara Craft at cara.s.craft@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Johnson Space Center seeks annual software support for Wave6 applications. The requirement is specifically for two licenses of Wave6 Power Session—both of which are concurrent and shareable, with identified installation numbers. The performance of this contract will take place at the Johnson Space Center located in Houston, Texas. The period of performance is defined from November 19, 2024, to November 18, 2025. This statement outlines the essential need for ongoing software support, ensuring operational continuity for NASA's software tools used in various space missions and projects.
    NASA/NSSC is seeking a sole source contract for Wave6 Annual Software Support Renewal from DS GOVERNMENT SOLUTIONS CORP, the only provider for this service. The procurement will adhere to FAR Part 12 and Part 13 regulations, with all performance taking place at NASA's Johnson Space Center. Interested parties can submit their qualifications by 1 p.m. Central Time on 10/18/2024, which will be evaluated to determine if the procurement can be conducted competitively. However, the decision to compete or not rests solely with the government. Oral communications regarding this notice are not permitted. For inquiries, interested parties are directed to contact Cara Craft via email. The document includes reference to the applicable NASA Ombudsman, indicating transparency and oversight in the procurement process. Overall, this notice outlines the intent for a specialized software support contract while inviting potential competitors to demonstrate their capabilities.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Wave6 Session License Renewal
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Wave6 Session Software License, which is critical for acoustic modeling in the Orion Program. The procurement will be conducted as a sole source contract with DS Government Solutions Corp, the exclusive provider of this software, under FAR Part 12 and FAR Part 13 regulations. This license renewal, designated as LN00027684841, is intended for a one-year period from January 1, 2025, to December 31, 2025, and will take place at the NASA Johnson Space Center in Houston, Texas. Interested parties may submit their qualifications in writing by 1 p.m. CST on October 18, 2024, to determine if a competitive procurement process will be initiated, with Cara Craft serving as the primary contact for this opportunity.
    TICRA’S SUITE OF SOFTWARE RENEWAL AND MAINTENANCE
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) intends to issue a sole source contract for the renewal and maintenance of TICRA’s suite of software, which is critical for the Flight Microwave and Telecommunications Systems Branch (Code 567). The procurement involves renewing licenses for four specific software products—GRASP, ESTEAM, CHAMP, and QUPES—each requiring floating licenses along with technical support and maintenance for a total of six licenses. These software tools are essential for antenna reflector design and modeling, supporting various engineering tasks, flight missions, and research projects. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts, Felecia Lorraine London and Tiffany Neal, by 11:59 a.m. Eastern Standard Time on October 24, 2024, to be considered for this procurement.
    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.
    Simulation and Advanced Software Services II (SASS II)
    Active
    National Aeronautics And Space Administration
    NASA's Johnson Space Center is seeking qualified vendors to provide Simulation and Advanced Software Services II (SASS II), aimed at enhancing capabilities in simulation and software development for various space exploration programs, including Artemis and Orion. The procurement focuses on specialized services in areas such as robotics, avionics, vehicle guidance, and advanced software technologies, which are critical for supporting NASA's missions and ensuring effective human-robot interactions. The current contract, valued at approximately $100 million, is set to expire in September 2025, with the new contract anticipated to run from October 2025 to September 2030. Interested parties must submit their capability statements by June 7, 2024, and can direct inquiries to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    Strategic Partnership Office (SPO) Support Contract
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking a contractor to provide support services for its Strategic Partnership Office (SPO) through a sole source contract with N4 Solutions LLC. The primary objective of this procurement is to facilitate technology transfer and marketing initiatives, requiring skilled personnel in scientific, engineering, marketing management, and business administrative support. The contractor will be responsible for developing outreach materials, coordinating partnerships, producing publications, assisting in video production, and managing logistical support for various SPO-related events. Interested organizations must submit their capabilities and qualifications via email to Dorothy Baskin at dorothy.s.baskin@nasa.gov by 11:59 a.m. Eastern Standard Time on October 18, 2024, to be considered for this opportunity.
    FY24 Renewal of CDP Hardware/Software Maintenance Support
    Active
    National Aeronautics And Space Administration
    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.
    FY24 Larc Tecplot 360 Commercial Site License renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking a renewal for the FY24 Larc Tecplot 360 Commercial Site License. This license is typically used for IT and Telecom - Business Application/Application Development Software as a Service. The service will be performed in Hampton, VA (zip code: 23681), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    SEWP VI Update - Batch 1 Q&A Published 10/11/24_10/15/24
    Active
    National Aeronautics And Space Administration
    NASA's Information Technology Procurement Office is seeking proposals for the Solutions for Enterprise-Wide Procurement (SEWP VI) initiative, aimed at establishing a comprehensive acquisition vehicle for Information Technology products and services across federal agencies. The procurement encompasses a wide range of IT solutions, including hardware, software, and mission-based services, with a focus on compliance with federal regulations and fostering small business participation. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a ten-year ordering period, and proposals are due by December 18, 2024. Interested parties can direct inquiries to Andrea Ross at sewp6@sewp.nasa.gov, and should monitor SAM.gov for ongoing updates and additional information.
    Flight Dynamic Support Services (FDSS III) Extension
    Active
    National Aeronautics And Space Administration
    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.
    RingConn Smart Ring & Ring Conn App
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure 95 units of the RingConn Smart Ring along with the associated RingConn App for use in the Human Research Program (HRP) during inflight operations at the Johnson Space Center (JSC) in Houston, Texas. This procurement aims to enhance research capabilities onboard spacecraft as part of a new actigraphy system. The contract will be issued as a sole source to RINGCONN LLC, the exclusive provider of these products, with a completion period of 30 days after receipt of order. Interested parties are invited to submit their capabilities and qualifications by 1 p.m. CST on October 18, 2024, to determine the viability of a competitive procurement, and inquiries can be directed to Cara Craft at cara.s.craft@nasa.gov.