Remote Proofing Solution
ID: 80TECH25Q0022Type: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA IT PROCUREMENT OFFICEGreenbelt, MD, 20771, USA

NAICS

Other Computer Related Services (541519)

PSC

IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (Labor) (DE01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking proposals for a Remote Proofing Solution that meets Identity Assurance Level 3 (IAL3) standards, as part of a firm-fixed-price contract aimed at small businesses. This procurement is critical for ensuring secure identity verification processes within NASA's operations, particularly in compliance with federal security protocols. The contract period is set for 120 days from the award date, with delivery required at the Marshall Space Flight Center no later than two weeks after receipt of order. Interested vendors must submit their quotes by 4:00 PM EST on January 23, 2025, and can direct inquiries to Kaelin Kelley or Christina Ostronic via email for further clarification on the solicitation requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment 003 to NASA's Request for Quotation (RFQ) 80TECH25Q0022, concerning a Remote Proofing Solution with a focus on Identity Assurance Level 3 (IAL3). It is part of a firm-fixed-price contract for commercial services intended for small businesses. Key updates include a revised delivery schedule, clarification of contractor responsibilities, and responses to questions raised by potential offerors about the scope of work and compliance with Federal Acquisition Regulations (FAR). The amendment extends the deadline for responses to January 23, 2025, and emphasizes that all proposals must include specified pricing for proof of concept and align with the Government's security requirements. The amendment addresses inquiries regarding the National American Industry Classification System (NAICS) code and the possibility of submitting proposals for specific requirements instead of the complete scope. Furthermore, it states that compliance with Section 508 standards for technology accessibility is required, and contractors must adeptly secure NASA information to meet confidentiality and security protocols. Overall, Amendment 003 aims to clarify submission requirements and address bidder questions to ensure a competitive and compliant bidding process aligned with federal procurement standards.
    The document outlines Amendment 001 to a solicitation by NASA's Information Technology Procurement Office, specifically related to the RFQ numbered 80TECH25Q0022. The primary purpose of this amendment is to extend the deadline for submissions of quotes from January 3, 2025, to January 8, 2025, at 4:00 PM EST. It is emphasized that offers must acknowledge receipt of this amendment before the specified deadline, using approved methods of acknowledgment. Additionally, the amendment clarifies that failure to acknowledge receipt may lead to the rejection of offers. All other terms and conditions specified in the original solicitation remain unchanged. Contractors are informed about the administrative processes and requirements for changing an already submitted offer if desired. This amendment plays a critical role in ensuring participants have adequate time to respond while maintaining adherence to formal procedures in government procurement processes.
    The document serves as Amendment 002 to a solicitation issued by NASA concerning an upcoming Request for Quotes (RFQ). The primary purpose is to extend the deadline for submission of quotes from January 8, 2025, to January 23, 2025, at 4:00 PM EST. It emphasizes that offers must acknowledge receipt of this amendment before the specified deadline, using methods such as returning specific items in the solicitation or providing a separate acknowledgment by letter or electronic communication. The contractor is not required to sign and return copies of the amendment. All remaining terms of the original solicitation continue to remain in full effect. This document is vital for potential contractors, ensuring they are informed of the extended timeline and compliance requirements related to their submissions for the procurement process.
    The document is Pricing Exhibit for RFQ No. 80TECH25Q0022, intended for federal procurement through NASA. It outlines a firm fixed price proposal structure that includes a list of items and their corresponding quantities to be priced. Although specific amounts are not provided, the format displays a systematic approach towards pricing various goods or services, as denoted by the placeholders waiting to be filled with relevant figures. The total firm fixed price will summarize the overall proposal cost, with provisions for item-specific discounts noted. This document is essential for ensuring offers are compliant with federal procurement standards, allowing for effective comparison and evaluation of bids received in response to the Request for Quotations (RFQ). The structured layout facilitates transparency and clarity in the pricing aspect of the procurement process.
    The National Aeronautics and Space Administration (NASA) has issued Request for Quotation (RFQ) 80TECH25Q0022 for a Remote Proofing Solution, aimed at securing a commercial service catering to Identity Assurance Level 3 (IAL3) protocols. This solicitation is a 100% Small Business Set-Aside, open to businesses within the NAICS Code 541519, with a size standard of $34 million. The period of performance is from January 16, 2025, to May 17, 2025, requiring delivery to Marshall Space Flight Center by January 31, 2025. Quotes must be submitted by 4:00 PM EST on January 3, 2025, and should include a technical and price volume alongside other specified documentation. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation methodology. The RFQ includes requisite clauses from the Federal Acquisition Regulation (FAR) alongside NASA's specific contracting requirements. Aspects such as accessibility compliance and data security (especially regarding unclassified information) are paramount in the execution of this contract. Interested parties are encouraged to reach out to the designated NASA Contract Specialists for further inquiries, ensuring adherence to the specified guidelines and timelines.
    Lifecycle
    Title
    Type
    Remote Proofing Solution
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY25 Clarity Node-S and License Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure the FY25 Clarity Node-S and License Renewal through a sole source contract with Clarity Movement Co., the exclusive provider of this service. This procurement is essential for maintaining operational capabilities at NASA's Goddard Space Flight Center, where the Clarity Node-S will be utilized. Interested organizations are invited to submit their capabilities and qualifications by 10:00 a.m. Central Standard Time on July 8, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, potential bidders can contact Monica D. Wilson at monica.d.wilson@nasa.gov or Tiffany Neal at tiffany.neal@nasa.gov.
    Transcription Services
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for transcription services through a contract managed by the NASA Shared Services Center. The primary objective is to provide certified transcription for recorded interviews and legal proceedings, requiring transcribers with significant experience or certification from the American Association of Electronic Reporters and Transcribers (AAERT). This service is crucial for ensuring accurate and timely documentation of investigative materials within federal operations, adhering to strict confidentiality and formatting standards. Interested vendors must submit their quotes by July 8, 2025, referencing tracking number 80NSSC25907622Q, and should direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.
    3SAE Large Diameter Splicing System
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a 3SAE Large Diameter Splicing System, which is crucial for the precise splicing of specialty optical fibers with diameters up to 2.5 mm. This procurement is essential for advancing research and development in high-power fiber optics and advanced sensor technologies, and includes the purchase of various components such as fiber holders, an automatic electrode cleaner, and splicing software. The installation of the system will take place at the NASA Glenn Research Center in Cleveland, OH, with an estimated performance period of 6 to 8 weeks following the receipt of the order. 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 July 10, 2025, to be considered for this sole source contract.
    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.
    HLS MLT Project requires 2 Sea Catch TR-11 AIR units, with tethered safety pin, load tested with certificate provided. Please provide certificate of conformance.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide two Sea Catch TR-11 AIR units, which are critical components for the HLS MLT Project. The procurement requires that these units include tethered safety pins and come with a certificate of conformance, ensuring compliance with safety and operational standards. This opportunity is set aside for small businesses, reflecting NASA's commitment to promoting equal opportunity in federal contracting, and all quotes must be submitted by April 29, 2025. Interested vendors should contact Shanna Patterson at shanna.l.patterson@nasa.gov and ensure they reference the tracking number 80NSSC25901547Q in their submissions.
    This procurement is to acquire services to deliver a conceptual design of the flight system for the ARRIVAL aerocapture technology demonstration mission.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking services to deliver a conceptual design for the flight system of the ARRIVAL aerocapture technology demonstration mission. The procurement aims to develop designs for an ARRIVAL Flight System (AFS) and a SmallSat, focusing on critical aspects such as propulsion systems, attitude control, and mechanical integration, while ensuring feasibility for mass and volume accommodation. This initiative is significant for advancing aerocapture technology, which is essential for efficient orbital insertion in future exploration missions. Interested small businesses must submit their quotations by June 13, 2025, referencing tracking number 80NSSC25904249Q, and can contact Shanna Patterson or Susan Hicks for further information.
    NASA FY25 SBIR IGNITE PHASE I
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the FY25 Small Business Innovation Research (SBIR) Ignite Phase I program, aimed at fostering technological innovations with strong commercial viability for integration into NASA programs and broader markets. This solicitation emphasizes the development of disruptive technologies that meet specific commercial needs, requiring offerors to demonstrate a robust plan for commercialization alongside their technical proposals. The program provides non-dilutive funding, with Phase I offering up to $150,000 for a six-month period, and the submission window opens on June 2, 2025, closing on July 22, 2025. Interested parties can contact Kenneth E. Albright at Agency-SBIR-STTRSolicitation@mail.nasa.gov or Steven Brockway at steven.m.brockway@nasa.gov for further information.
    NxCAP Safety and Mission Assurance (SMA) Consultation Glenn Research Center Armstrong Test Facility (ATF)
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking a contractor for the NxCAP Safety and Mission Assurance (SMA) Consultation at the Glenn Research Center Armstrong Test Facility (ATF). The primary objective of this procurement is to enhance safety and operational efficiency by developing a comprehensive SMA organizational model that can adapt to changing testing priorities while ensuring the reliability and quality assurance of ATF activities. This initiative underscores NASA's commitment to maintaining high safety standards within its testing facilities, with the contractor responsible for identifying necessary SMA resources, reporting critical safety issues, and delivering weekly status updates and a draft organizational model. 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 July 10, 2025, as the government intends to award a sole source contract to NXCAP CONSULTING LLC for this effort.
    Safety and Mission Assurance Services II (SMAS II) Extension
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is planning to issue a six-month extension for the Safety and Mission Assurance Services II (SMAS II) contract, number 80GSFC17C0015, to ensure the continuity of critical services. This extension is necessary to prevent disruptions to various flight, ground, instrument, and launch systems that support significant projects, including the OSIRIS-REx mission and the James Webb Space Telescope, among others. Interested parties are invited to submit their capabilities and qualifications by July 11, 2025, with submissions limited to 10 pages and sent electronically to the primary contact, Bianca Peters, at bianca.a.peters@nasa.gov. This procurement will not be conducted on a competitive basis unless determined otherwise by the Government.
    UAS C2 systems for 900MHz and C-Band spectrum
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for Unmanned Aerial Systems (UAS) Command and Control (C2) systems that operate within the 900MHz and C-Band spectrum, specifically targeting the procurement of uAvionix products. This requirement includes essential components such as the SkyStation915POE, SkyLink915, and additional systems designed to enhance UAS telemetry and operational capabilities, ensuring efficient communication technology for aerial missions. The procurement is crucial for advancing governmental capabilities in UAV operations, aligning with federal objectives for infrastructure development in this sector. Interested vendors must submit their quotes by July 9, 2025, referencing tracking number 80NSSC25905950Q, and can direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.