FY25 TICRA GRASP and ESTEAM Renewal
ID: 80NSSC25903331QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - MOBILE DEVICE AS A SERVICE (DE11)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the renewal of TICRA GRASP and ESTEAM software licenses, along with associated technical support and maintenance services. The procurement includes three line items for software licenses, with specific support periods outlined for each, ensuring access to the latest software releases and timely assistance via email. This opportunity is critical for maintaining operational capabilities at NASA's Johnson Space Center in Houston, Texas, where these software tools are utilized. Interested parties must submit their inquiries via email by May 16, 2025, and ensure they are registered at www.sam.gov to qualify for the contract, with further details available from Kacey Hickman at kacey.l.hickman@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA's Johnson Space Center requires annual technical support and maintenance for TICRA GRASP and ESTEAM software licenses. The statement outlines three line items: one for the ESTEAM license, controlled by a specific dongle, with support for the period from September 1, 2025, to August 31, 2026. Two additional GRASP licenses, each associated with their respective dongles, require support for the periods from September 1, 2025, to August 31, 2026, and July 1, 2025, to June 30, 2026. Support includes access to the latest software releases and is provided via email within one working day. All services are to be conducted at the Johnson Space Center in Houston, Texas. This document reflects standard procedures in federal RFPs regarding software maintenance, ensuring continuous support for NASA's operational needs.
    The document outlines an RFP issued by NASA designated for small businesses, emphasizing the requirement for all inquiries to be submitted via email by May 16, 2025. The procurement falls under NAICS Code 541519, with information that requires bidders to be registered at www.sam.gov to qualify for awards. It incorporates necessary provisions regarding telecommunications and video surveillance services, mandating completion upon submission. Additional mandatory representations and certifications regarding ownership, telecommunications equipment, and compliance submissions are clearly defined. The RFP also includes federal acquisition regulations applicable to commercial products and services, alongside clauses pertinent to contract terms, responsibilities regarding federal taxes, and certifications concerning child labor laws and export compliance. Overall, this document serves as a formal request for proposals, providing clear guidelines for interested parties on compliance, eligibility, and submission processes essential for federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Communique Licenses Renewal and Associated Services
    Buyer not available
    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.
    AVEVA WonderWare Software Maintenance Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its AVEVA WonderWare Software Maintenance through a sole source contract with INSOURCE SOFTWARE SOLUTIONS, INC. This renewal is crucial for ensuring continued technical support and access to software upgrades for the AVEVA WonderWare Customer FIRST - Standard Level Software Maintenance at the NASA Stennis Space Center in Mississippi. The period of performance for this contract is set from November 21, 2025, to November 20, 2026, with a need-by date of December 30, 2025. Interested organizations may submit their capabilities and qualifications by December 8, 2025, at 12:00 p.m. Central Standard Time, although NASA reserves the right to proceed with a non-competitive award. For further inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    FY26 Wave6 Renewal
    Buyer not available
    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.
    SNA Software LLC. Limited Source Justification
    Buyer not available
    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.
    Notice of Intent to Negotiate Increase to Ceiling Price and Extend the Contract Period of Performance by 12-months for Contract No. NNX16MB01C
    Buyer not available
    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.
    Research Opportunities for International Space Station (ISS) Utilization
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for research opportunities related to the utilization of the International Space Station (ISS). This initiative aims to enhance exploration technology demonstrations and National Lab utilization, as outlined in NASA Research Announcement (NRA) NNJ13ZBG001N, which remains open for submissions. The awarded contracts may vary in type, including commercial contracts, cooperative agreements, and grants, depending on the proposal's scope. Interested parties should contact Colleen Corbett or Audrey Montgomery for further information and are encouraged to monitor the NASA Solicitation and Proposal Integrated Review and Evaluation System (NSPIRES) for updates on submission deadlines and additional documents.
    TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Enhanced Software Suite Maximizes Non-Destructive Evaluation (NDE) Methods (MSC-TOPS-34)
    Buyer not available
    NASA's Technology Transfer Program is seeking inquiries from companies interested in obtaining licensing rights for an Enhanced Software Suite designed to maximize Non-Destructive Evaluation (NDE) methods, specifically the Flash Thermography NDE Technology Suite. This suite, developed by researchers at NASA Johnson Space Center, offers advanced techniques for post-processing flash infrared thermography data, enhancing the detection and characterization of anomalies in composite and metallic structures, thus improving operator accuracy and efficiency. The technology is crucial for various applications in structural assessments, and interested parties can submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) at https://technology.nasa.gov/patent/MSC-TOPS-34. Please note that NASA provides no funding in conjunction with these licenses, and inquiries can be directed to Agency-Patent-Licensing@mail.nasa.gov for further information.
    Safety and Mission Assurance Services (SMAS)
    Buyer not available
    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.
    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
    Buyer not available
    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.
    JOFOC For the Enterprise Applications Service Technologies EAST2 Contract, NNX16MB01C
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for the Enterprise Applications Service Technologies (EAST2) Contract, identified by the contract number NNX16MB01C. This procurement focuses on IT and telecom business application development support services, which are critical for enhancing NASA's operational efficiency and service delivery. The contract will involve labor services that support the development and maintenance of enterprise applications, underscoring the importance of robust IT solutions in NASA's mission. Interested vendors can reach out to Christy Moody at christy.r.moody@nasa.gov for further details regarding this opportunity.