The goal is to upgrade conference room 202, repurpose conference room 201 for compatibility with NASA-approved MS Teams
ID: 80NSSC25887746Q-2Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OFFICE BUILDINGS (C1AA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to upgrade and repurpose conference rooms at the Stennis Space Center in Hayward Acres, California. The project involves upgrading conference room 202 for compatibility with NASA-approved Microsoft Teams, repurposing conference room 201 with advanced audio-visual equipment and a 4K wireless presentation system, and converting room 214 into a collaborative kitchen and lounge area to facilitate casual meetings. This initiative is part of NASA's commitment to modernizing its facilities to enhance hybrid collaboration while adhering to federal regulations and standards. Interested bidders must submit their proposals by April 30, 2025, and can contact Tessa Martinez at tessa.m.martinez@nasa.gov or call 1-228-813-6962 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Aeronautics Research Institute (NARI) aims to upgrade and reconfigure several conference rooms in Building 17 to facilitate enhanced hybrid collaboration for meetings. The scope of work includes converting Room 202 for seamless integration with Microsoft Teams, repurposing Room 201 with a 4K wireless presentation system, enhanced audio and visual equipment, and furnishing to support both in-person and remote participation. Room 214 will be transformed into a collaborative kitchen and lounge area, promoting casual meetings. Each room’s upgrades will follow NASA’s security, IT, and historical preservation standards, ensuring compliance with federal energy efficiency regulations. The project underlines NARI's commitment to modernizing its facilities to support collaborative efforts effectively while adhering to strict government guidelines.
    The NASA Shared Services Center has issued Request for Quotation (RFQ) 80NSSC25887746Q-2 to upgrade conference rooms at Stennis Space Center by repurposing them for NASA-approved use. The RFQ includes crucial information structured in five sections: Statement of Work/Bid Schedule, Instructions to Offerors, Solicitation Provisions/Representations and Certifications, Clauses/Terms and Conditions, and Quote Evaluation Criteria. Offerors must submit their proposals by April 30, 2025, including essential details such as CAGE/UEI code, lead time for delivery, and points of contact. Compliance with various federal provisions, including representations regarding telecommunications and small business designations, is mandatory. The procurement is open to all qualifying bidders registered on SAM and emphasizes a focus on Biobased product certification and compliance with federal regulations. The successful bid will be evaluated on criteria outlined in the quote evaluation section, reflecting NASA’s commitment to modernizing and improving its facility infrastructure while ensuring compliance and accountability in procurement practices.
    Similar Opportunities
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    Dual Administrative Support Services (DASS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to consolidate contract requirements for administrative support services under the Dual Administrative Support Services (DASS) contract at the NASA Stennis Space Center. This procurement aims to combine the administrative services previously required for the Marshall Space Flight Center (MSFC) with the DASS contract, as determined necessary and justified by NASA and concurred by the Small Business Administration (SBA). The administrative services are crucial for supporting NASA's operations and ensuring efficient management of resources. Interested parties can reach out to Rachel Clayton at rachel.clayton@nasa.gov or 228-688-2822, or Belfield Collymore at belfield.c.collymore@nasa.gov or 228-688-1631 for further details regarding this opportunity.
    NASA AFRC Facilities Operations and Maintenance Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking capability statements from small business firms for the Facilities Operations and Maintenance Services at the Armstrong Flight Research Center (AFRC) located in Edwards, California. The procurement aims to identify qualified sources capable of providing comprehensive facility operations, maintenance, and repair services for various infrastructure and assets, including buildings, hangars, and utility systems. This opportunity is crucial for ensuring the operational efficiency and safety of NASA's facilities, which support critical aeronautics research and development activities. Interested firms must submit their capability statements, not exceeding fifteen pages, by following specific submission guidelines outlined in the opportunity notice, with inquiries directed to Cacie Carrillo at cacie.carrillo@nasa.gov or Eleonor Barron at eleonor.barron@nasa.gov.
    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.
    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.
    NRESS III RFP 80HQTR26R0002
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is soliciting proposals for the NASA Research and Education Support Services (NRESS) III under Solicitation No. 80HQTR26R0002. This procurement aims to provide professional and IT support services essential for NASA's peer review program, as well as research, education, and outreach initiatives that facilitate participation in NASA's research programs. The contract, valued at an estimated maximum of $365 million, will be a Cost-Plus-Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) arrangement with a five-year ordering period, commencing on December 1, 2026. Interested parties must submit their proposals by January 30, 2026, and direct any inquiries to Chanda Cannon at Chanda.M.Cannon@nasa.gov or Maikeyza Brown at maikeyza.brown-1@nasa.gov.
    Moon to Mars NextSTEP-3 Appendix B, Architecture Studies
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to release a solicitation for the Moon to Mars NextSTEP-3 Appendix B, focusing on architecture studies aimed at addressing gaps in the Moon to Mars exploration framework. This initiative seeks industry-led participation in developing and refining architectural concepts and conducting risk-reduction activities that support long-term human-led scientific discovery in deep space. The solicitation will utilize a Multiple Award Task Order Contract (MATOC) structure, allowing for both directed-topic and open-topic calls, with the first directed-topic studies anticipated to focus on lunar power infrastructure and Mars crew transportation concepts. Interested parties should note that the solicitation is expected to be released on January 30, 2026, and must register for an Industry Day on January 22, 2026, to gain further insights into the procurement process. For more information, potential offerors can contact Maranda McCord or Lisa Grady via their provided email addresses.
    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.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
    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.