Saratech Maintenance Renewal FY25
ID: 80NSSC25889427QType: Special Notice
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)
Timeline
  1. 1
    Posted Dec 5, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 5, 2024, 12:00 AM UTC
  3. 3
    Due Dec 10, 2025, 7:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Dec 5, 2024, 9:48 PM UTC
The NASA Johnson Space Center (JSC) is seeking to procure a maintenance renewal for Saratech software used in various engineering applications. The required services encompass annual maintenance for several products, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, totaling 24 specific software licenses. The maintenance is essential for the continuous support of critical engineering tools used at JSC, ensuring operational efficiency throughout the year. The work will be conducted onsite at NASA JSC in Houston, Texas, and covers the period from January 1, 2025, to December 31, 2025. This procurement aligns with NASA's commitment to maintaining cutting-edge technology and supporting its aerospace missions through reliable software services.
NASA/NSSC is seeking to procure the Saratech Maintenance Renewal for FY25 through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service, under FAR 13.106-1(b)(1)(i). The procurement will follow the regulations outlined in FAR Parts 12 and 13 and is conducted at NASA's Select Center. Interested organizations are invited to submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST for consideration to potentially compete in this acquisition. Responses will inform the government's decision regarding competitive procurement but do not guarantee that the effort will be opened to competition. Oral communications are not permitted in response to this notice. The primary contact for this procurement is Cara Craft, whose email address is provided. The NAICS code for this effort is 541511. The inclusion of NASA Clause 1852.215-84, which pertains to the Ombudsman for acquisitions, indicates additional procedural transparency.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
FY25 AVEVA Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its AVEVA software licenses for the fiscal year 2025, with a focus on maintaining operational efficiency at the Glenn Research Center (GRC). The procurement involves a sole source contract with Q MATION INC for the renewal of various software licenses, including a Standard Level AVEVA Customer FIRST Agreement and the Win911 Pro Subscription, along with converting certain perpetual licenses into subscription-based services. This renewal is critical for ensuring continued access to software upgrades, technical assistance, and management tools necessary for NASA GRC's daily operations. 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 April 29, 2025, to be considered for this procurement.
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.
DFMPro for Creo
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of DFMPro software, specifically three user-based licenses, along with installation and training support at the Kennedy Space Center. The objective of this procurement is to enhance design for manufacturability capabilities within NASA's engineering teams, thereby promoting innovation and efficiency in their technological practices. The performance period is set from May 12, 2025, to May 11, 2026, with quotes due by April 30, 2025. Interested vendors must register at SAM.gov and comply with federal regulations, with the procurement set aside for small businesses; for further inquiries, contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136.
Bravium Best Practice Engine (BPE) and Bravium Upgrade Assistant (BUA) Co-termed Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its sole source contract with Carahsoft for the Bravium Best Practice Engine (BPE) and Bravium Upgrade Assistant (BUA), which are critical third-party plugins for the ServiceNow platform utilized by the NASA Shared Services Center (NSSC). The renewal, which spans five years starting June 4, 2025, aims to maintain essential functionalities such as automated code reviews, quality checks, instance governance, and upgrade management, thereby preventing potential service disruptions and the need for complex reverse-engineering of custom applications. Interested parties may submit their qualifications by 4:00 p.m. CST on April 29, 2025, to encourage the government to consider a competitive procurement process, with all inquiries directed to Lindsey McLellan at lindsey.m.mclellan@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.
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.
UPGRADE, FORTUS 900 PLUS,NYLON 12/SR110
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking bids for the upgrade of the Fortus 900 Plus 3D printer, utilizing specific materials from Stratasys, Inc. This procurement includes essential items such as soluble release support canisters, nylon filament canisters, and a nylon material license, aimed at enhancing NASA's operational capabilities in 3D printing technology. The upgrade is critical for supporting ongoing projects at NASA Langley Research Center, reflecting the agency's commitment to advancing its manufacturing capabilities. Interested vendors must submit their quotes by April 29, 2025, and are required to be registered in the System for Award Management (SAM) to comply with federal procurement regulations. For further inquiries, vendors can contact Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov.
Annual Software Maintenance
Buyer not available
The Department of Defense, specifically the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking proposals for annual software maintenance services. The selected vendor will be responsible for maintaining several software licenses, including three SAP2000 Advanced network licenses, one SAFE Standard network license, and two ETABS Nonlinear network licenses, along with providing a cloud sign-in license and 12 months of maintenance for additional licenses. This procurement is crucial for ensuring uninterrupted access to essential engineering software that supports NAVFAC's operational requirements. Interested parties should contact Alicia N. Mitchell at alicia.n.mitchell2.civ@us.navy.mil or call 757-322-8314 for further details, with the period of performance set from May 12, 2025, to May 11, 2026.
Mathworks MATLAB software licenses and maintenace support
Buyer not available
The National Institute of Standards and Technology (NIST), part of the Department of Commerce, intends to negotiate a sole source contract with MathWorks Inc. for the acquisition of MathWorks MATLAB software licenses and maintenance support for a one-year period. This procurement aims to renew essential software licenses and maintenance support necessary for NIST's operations at its Gaithersburg and Boulder campuses, ensuring continuity in computational, visualization, and programming capabilities critical to NIST's scientific mission. Interested parties that believe they can meet these requirements are invited to submit their capabilities in writing by 8:00 a.m. Eastern Time on April 30, 2025, to Prateema E. Carvajal at prateema.carvajal@nist.gov, as no solicitation package will be issued for this opportunity.
Skydio X10 Starter Kit
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a Skydio X10 Starter Kit, specifically from Skydio, Inc., as part of a combined synopsis/solicitation. This procurement is set aside for small businesses and aims to acquire advanced technology compatible with both 2.4/5 GHz and 5G/LTE networks, essential for operations at the Kennedy Space Center in Merritt Island, Florida. The selected equipment will enhance NASA's capabilities in its missions, reflecting the agency's commitment to maintaining cutting-edge technology. Quotes are due by April 28, 2025, and interested offerors must direct any questions to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.