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
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Saratech software maintenance services for fiscal year 2025, which are vital for the ongoing functionality of various engineering software tools utilized at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves maintenance for a total of 25 licenses across several software products, including FEMAP, NASTRAN Data Translator, and Simcenter 3D, ensuring the reliability of these advanced engineering applications. This contract will be awarded through a sole source procurement to PAYDARFAR INDUSTRIES, INC., as the exclusive provider of these services, under the authority of FAR 13.106-1(b)(1)(i). Interested parties must submit their qualifications in writing by December 10, 2024, to determine the feasibility of competitive procurement, with all inquiries directed to Cara Craft at cara.s.craft@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Johnson Space Center (JSC) is seeking renewal of its Saratech software maintenance services, which are critical for maintaining various engineering software tools. The statement outlines the specific software products requiring maintenance, including FEMAP, NASTRAN Data Translator, NX Mach 2 & 3, Simcenter 3D, and others. A total of 25 licenses across different software categories are specified, each identified by a unique OEM part number. The maintenance services will be performed at the NASA JSC facility located in Houston, Texas. The period of performance for these services is from January 1, 2025, to December 31, 2025. This request underscores NASA's commitment to ensuring the ongoing functionality and reliability of its advanced engineering software.
    NASA/NSSC is set to procure Saratech Maintenance Renewal for fiscal year 2025 through a sole source contract with PAYDARFAR INDUSTRIES, INC., identified as the exclusive provider of these services. The acquisition will occur under the authority of FAR 13.106-1(b)(1)(i) and will use the commercial item procurement procedures outlined in FAR Parts 12 and 13. The primary procurement location is at a NASA Select Center, with the venture classified under NAICS Code 541511. Interested parties have until December 10, 2024, to submit their qualifications in writing, which will be reviewed to determine whether competitive procurement is feasible. Responses by oral communication will not be accepted, and the Government retains full discretion in deciding the competition's nature. An Ombudsman is available for inquiries related to the procurement. Points of contact include Cara Craft at NASA.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    Unison Software Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its Unison Software license, specifically the FY25 Unison CE TruePlanning Software, which is critical for cost engineering at the Johnson Space Center (JSC) in Houston, Texas. This procurement involves a sole-source contract with Unison Cost Engineering LLC, as they are the exclusive provider of this software, which includes various components, catalogs, and parametric models necessary for effective cost management. The contract period for this renewal is set from March 1, 2026, to February 28, 2027, and will incorporate specific clauses regarding the use of Artificial Intelligence (AI) technologies during contract performance. Interested organizations are invited to submit their capabilities by 1 p.m. CST on December 18, 2025, to Cara Craft at cara.s.craft@nasa.gov for evaluation, with the government retaining discretion on whether to proceed competitively.
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    Siemens Power Session Subscription Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its subscription for Siemens Power Session, a specialized software service provided exclusively by Siemens Industry Software Inc. This procurement involves a 12-month subscription to Simcenter STAR-CCM+ software, which includes Power Session and additional user licenses, to be utilized by concurrent users at the NASA Glenn Research Center in Cleveland, OH. The subscription period is set from December 1, 2025, to November 30, 2026, and will adhere to FAR Part 12 and FAR Part 13 guidelines, with a focus on the integration of Artificial Intelligence technologies as outlined in OMB memo M-25-22. Interested organizations may submit their capabilities and qualifications to Laura Quave at laura.a.quave@nasa.gov by 4:00 p.m. Central Standard Time on December 18, 2025, to potentially contest the sole source determination.
    SNA Software LLC. Limited Source Justification
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) NASA INFORMATION TECHNOLOGY PROCUREMENT OFFICE (ITPO) JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOFOC) For the Enterprise Applications Service Technologies (EAST) 2 Contract, NNX16MB01C
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to extend the Enterprise Applications Service Technologies (EAST) 2 contract, NNX16MB01C, through a Justification for Other Than Full and Open Competition (JOFOC). This action aims to increase the contract ceiling by $150 million and extend the period of performance by 12 months, with an option for an additional six-month extension, to ensure continued support for critical IT and telecom business application development services. The modification will be awarded as a sole source contract to the current prime contractor, Science Applications International Corporation (SAIC), with the new contract period extending through June 30, 2024. For further inquiries, interested parties may contact Christy Moody at christy.r.moody@nasa.gov.
    Safety and Mission Assurance Services (SMAS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    Notice of Intent to Negotiate Increase to Ceiling Price and Extend the Contract Period of Performance by 12-months for Contract No. NNX16MB01C
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) intends to negotiate an increase to the ceiling price and extend the performance period of Contract No. NNX16MB01C for application software services and maintenance. The contract, known as EAST 2, is crucial for operating, maintaining, and enhancing key business and mission-supporting platforms across the Agency, with a proposed ceiling increase of approximately $150 million, raising the total from $710 million to $860 million. This extension is vital to prevent disruptions in critical application delivery services relied upon by NASA personnel, with the new performance period extending from July 1, 2023, to June 30, 2024. Interested organizations may submit their qualifications to Christy Moody via email by February 8, 2023, to be considered for this contract extension.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    TTTech Switch Lab Space Switches
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.