NASA Environmental and Medical Contract (NEMCON) IDIQ Ceiling Increase
ID: 80KSC025ZMS005LType: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA KENNEDY SPACE CENTERKENNEDY SPACE CENTER, FL, 32899, USA

NAICS

Environmental Consulting Services (541620)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 7:30 PM UTC
Description

The National Aeronautics and Space Administration (NASA) is seeking to increase the indefinite-delivery indefinite-quantity (IDIQ) ceiling for the NASA Environmental and Medical Contract (NEMCON) to better meet its operational needs. This modification will involve a sole-source acquisition from HSG, LLC, due to their specialized capabilities in environmental and medical services that are critical for NASA's space and aeronautical missions. The increase in the IDIQ ceiling is necessary to accommodate rising demands and ensure the continuity of essential services, following a comprehensive evaluation of the contractor's past performance and technical proficiency. Interested organizations are invited to submit their capabilities and qualifications to Contracting Officer Anthony Islas via email by 3:30 PM Eastern Time on April 15, 2025, for consideration in this procurement process.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
CONCEPTS NREC Agile Annual Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) intends to issue a sole source contract for the annual renewal of technical, maintenance, and upgrade support for the Concepts NREC Agile Products, a suite of integrated turbomachinery design software. This procurement is critical for ensuring the software remains functional and up-to-date to meet the operational needs of the Marshall Space Flight Center (MSFC), thereby facilitating ongoing improvements in turbomachinery design. Interested organizations are invited to submit their capabilities and qualifications by 2:00 PM Central Standard Time on April 28, 2025, to determine if competitive procurement is feasible, with Laura Quave serving as the primary point of contact for inquiries at laura.a.quave@nasa.gov or 228-813-6420.
Saratech Maintenance Renewal FY25
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
AthenaHealth Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to renew various AthenaHealth and Medical Office Technologies software to support its medical operations from August 1, 2025, to July 31, 2026. The procurement includes 44 concurrent user licenses for athenaFlow EMR software, annual maintenance, and additional services such as medication management, e-prescribing, patient portals, and help desk support, reflecting NASA's commitment to maintaining efficient medical capabilities. Interested bidders must submit their qualifications, including a CAGE Code and compliance with federal regulations, by April 28, 2025, to be considered for this firm fixed-price contract. For further inquiries, interested parties can contact Cara Craft at cara.s.craft@nasa.gov.
Astronaut Crew Rescue Services
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for Astronaut Crew Rescue Services, aimed at enhancing safety protocols during Commercial Crew Program (CCP) missions. The procurement focuses on establishing a comprehensive rescue capability that includes real-time communication, astronaut retrieval, and medical care during critical phases such as launch, free flight, and landing. This initiative is vital for ensuring astronaut safety and operational reliability, as it addresses the need for effective emergency response strategies in space exploration. Interested firms are encouraged to submit capability statements by May 23, 2025, to the primary contacts, Ricardo Santos-Concepcion and Joshua Klein, at their respective NASA email addresses.
Final Request for Quote for Occupational Health Support Services III (OHSS III)
Buyer not available
The National Aeronautics and Space Administration (NASA) Langley Research Center is soliciting quotes for Occupational Health Support Services III (OHSS III) under an 8(a) set-aside competition aimed at small businesses. The primary objective of this procurement is to establish a comprehensive Occupational Health Program that aligns with the requirements outlined in the Performance Work Statement (PWS) for NASA LaRC in Hampton, Virginia. This contract will encompass core services delivered through a Firm-Fixed Price (FFP) structure, with a potential performance period of up to five years, including a 30-day transition period. Interested offerors must submit their proposals by May 6, 2025, at 2:00 PM EST, and are encouraged to direct inquiries to Natasha King at larc-ohss3@mail.nasa.gov. The anticipated award date is July 31, 2025, with the contract effective from September 1, 2025.
NESDIS Architectural and Engineering IDIQ
Buyer not available
The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified architect-engineer firms for the NESDIS Architectural and Engineering Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure A/E services for various facilities under NOAA, including project management, facility programming, design services, and commissioning, primarily focused on locations in the Washington D.C. metro area and Fairbanks, Alaska. The selected contractors will play a crucial role in enhancing NOAA's capabilities in environmental data systems, ensuring compliance with safety and operational standards. Interested firms must submit their qualifications by 10:00 am EDT on May 5, 2025, with an estimated contract value between $5 million and $10 million. For further inquiries, contact Mark Sullivan at mark.a.sullivan@noaa.gov or Markita Simmonds at markita.simmonds@noaa.gov.
Request for Information - NASA Enterprise Grounds Maintenance, Custodial, and Pest Control Services
Buyer not available
The National Aeronautics and Space Administration (NASA) is issuing a Request for Information (RFI) to identify potential vendors for Grounds Maintenance, Custodial, and Pest Control services across various NASA facilities, including the Ames Research Center, Johnson Space Center, and Kennedy Space Center. The objective is to consolidate these services into one or several enterprise-wide contracts to enhance procurement efficiency and standardization, ultimately improving management across NASA locations. Interested vendors, particularly small businesses, are invited to submit capability statements demonstrating their experience in these service areas by May 2, 2025, with an industry day planned for further discussion of the requirements. For additional information, vendors may contact Kaitlyn Besanson at kaitlyn.besanson@nasa.gov.
Environmental Test and Integration Services (ETIS) IV - eLibrary
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking contractors to provide Environmental Test and Integration Services (ETIS) IV at the Goddard Space Flight Center in Greenbelt, Maryland. The procurement aims to support a range of environmental testing services, including structural, electromagnetic, and thermal vacuum testing, essential for ensuring the safety and performance of aerospace systems. This initiative is critical for advancing NASA's space flight capabilities and ensuring compliance with rigorous testing standards. Interested parties can contact Eboni N. Washington or Bria Cromartie Whitehead via email for further details, with relevant documents available in the ETIS IV eLibrary.
Joint Safety Health Institutional Facilities Team (JSHIFT) 80LARC25R7001
Buyer not available
NASA's Langley Research Center is soliciting proposals for the Joint Safety Health Institutional Facilities Team (JSHIFT) contract, aimed at providing comprehensive occupational safety and health services across multiple NASA facilities, including the Goddard Space Flight Center and Johnson Space Center. The contractor will be responsible for a range of services, including safety inspections, emergency response, training, and compliance with federal regulations, ensuring a safe working environment in line with NASA's operational standards. This competitive acquisition is set as an 8(a) set-aside, with a contract award anticipated by August 15, 2025, and proposals due by May 22, 2025. Interested parties can direct inquiries to Lisa Harvey at larc-jshift@mail.nasa.gov.
Simulation and Advanced Software Services II (SASS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.