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
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    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.
    Provide NASA with a career page which can be used for job postings and growing employer brand/followers.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to establish a dedicated career page to enhance job postings and strengthen its employer brand through a sole source contract with Carahsoft Technology Corp. The initiative aims to provide three recruiter licenses for unlimited candidate search and outreach, five job dashboard manager seats for efficient job management, and 51 job slots to streamline the hiring process, all while showcasing NASA's culture and building a talent pipeline. The performance period for this project is set from December 12, 2025, to December 11, 2026, with interested organizations invited to submit their capabilities and qualifications by 12 p.m. Central Standard Time on December 15, 2025, to determine the potential for competitive procurement.
    Starshield terminals with global access subscriptions
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Starshield terminals with global access subscriptions to enhance secure satellite-based data transport services for its Deep Space Network (DSN). The procurement requires the contractor to provide seven terminals with mount kits for redundancy and eight data subscriptions, ensuring continuous encrypted data service with a minimum uplink speed of 20 Mbps, while adhering to stringent data integrity and encryption standards. This initiative is critical for establishing encrypted communication links among DSN ground stations located in Goldstone, California; Madrid, Spain; and Canberra, Australia, thereby improving the resiliency and diversity of NASA's communication capabilities. Interested organizations can submit their capabilities and qualifications by December 15, 2025, at 4:00 p.m. CST, to determine if a competitive procurement is feasible, with inquiries directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    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.
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    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.
    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.
    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.