5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
ID: TS-2663-1101135Type: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA MANAGEMENT OFFICE -- JPLPASADENA, CA, 91109, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SPACE R&D SERVICES; SPACE FLIGHT, RESEARCH AND SUPPORTING ACTIVITIES; BASIC RESEARCH (AR11)

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 Mission Assurance Support Services Recompete, aimed at providing engineering services related to reliability, quality assurance, and environmental compatibility for various JPL projects. This procurement is a total small business set-aside under NAICS code 541715, emphasizing the importance of engaging small businesses in federal contracting to enhance innovation and competition. The contract will span four years, with options for three additional years, and will require proposers to demonstrate relevant experience and qualifications in the specified labor categories. Interested parties should contact Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or call 818-354-1623 for further details, with proposals due by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines job classifications and qualification guidelines for subcontractor personnel in reliability engineering, environmental assurance, quality assurance, mechanical engineering, and system safety engineering. It specifies the experience, educational background, and specific responsibilities required for various roles, including Subject Matter Experts (SMEs), System Reliability Engineers, Environmental Requirements Engineers, and Quality Assurance Engineers. Each position typically requires extensive experience (ranging from 2 to 25 years) in relevant engineering disciplines along with a degree in science or engineering fields. Duties include assessing system reliability, conducting probabilistic risk assessments, ensuring compliance with quality standards, and evaluating safety measures. The document aims to ensure that personnel supporting critical projects, such as those at the Jet Propulsion Laboratory (JPL), have the necessary qualifications to maintain high standards in terms of safety, reliability, and quality—a fundamental aspect mandated in government Requests for Proposals (RFPs) and grants to ensure effective and secure project execution. Overall, the guidelines highlight the emphasis on expertise and compliance within subcontractor roles to meet mission objectives efficiently and effectively.
    The Jet Propulsion Laboratory (JPL) has established a Subcontractor Personnel Travel Policy to manage and reimburse travel expenses of subcontractor personnel associated with their work. Travel must be primarily for business purposes and requires prior approval from designated JPL managers. The policy emphasizes compliance with the Federal Acquisition Regulation (FAR) principles, outlining types of reimbursable expenses such as transportation, per diem, and lodging related to business travel. Subcontractors must submit detailed expense reports, including receipts for expenses exceeding $75. Airfare should be coach-class at the lowest available rate, and travel by privately owned vehicles must be pre-approved. The documented policy highlights exceptions requiring prior approval, especially for foreign travel or any atypical circumstances. The policy seeks to ensure that travel costs remain reasonable and justifiable while aligning with federal regulations, demonstrating JPL’s responsibility in managing taxpayer resources effectively while achieving program objectives.
    The document outlines the Information Technology and Security requirements for subcontractors working with NASA and JPL, emphasizing the protection of unclassified information resources. Key responsibilities include safeguarding NASA and JPL data from unauthorized access, aiding in Federal Information Security Management Act (FISMA) reporting, and promptly reporting any suspected security incidents. Subcontractors must utilize JPL-managed systems for all tasks involving NASA or JPL data and complete their onboarding process, which includes undergoing background investigations and badge issuance. Personnel may need to travel to JPL or a nearest NASA Center for onboarding and badge pick-up, with travel costs incurred by the subcontractor. The entire onboarding process requires NASA's approval and can take a minimum of two weeks. This document serves as a crucial guideline within the framework of government RFPs by ensuring robust IT security measures are adhered to, thereby maintaining the integrity and confidentiality of sensitive information managed by NASA and JPL. Its structured requirements ensure that subcontractors are adequately prepared and compliant with necessary security protocols.
    The document outlines the procedures for subcontractor personnel to obtain unescorted access to the Jet Propulsion Laboratory (JPL) as a Federal Government Prime Contractor. It details three distinct badging processes based on the duration of required access: Daily Badge (1-29 days), Smartcard Badge (30-179 days), and Long-Term Smartcard Badge (180-365 days). Each process involves specific steps, including submission of personal information, passing a National Crime Information Center (NCIC) background check, and providing original I-9 documentation at the JPL Badge Office. Access is granted through the South Gate, and a 72-hour advance submission is necessary for the Daily Badge. The Long-Term access requires additional approval and completion of an Electronic Questionnaires for Investigations Processing (e-QIP) application. Compliance with these protocols ensures security and safety at the Lab, highlighting the importance of verifying subcontractor personnel before granting access. The document serves as a critical reference for understanding security requirements linked to federal contracts and responsibilities in government research environments.
    The document outlines template requirements for invoicing related to federal government projects, specifically focusing on Labor (LABOR), Other Direct Costs (ODC), Travel (TRVD), and Travel Vehicle (TRVO) categories. It stipulates mandatory fields, such as Invoice Number, Invoice Date, Last Name, and others, which need to be filled based on the type of costs incurred. For instance, the Period Start and Period End fields are explicitly required for foreign travel, while the Cost Description field is essential for ODC and travel charges, further specifying what information should be included based on the Type Code. This structured approach is vital for compliance and accurate processing of invoices in the context of federal and state-level Requests for Proposals (RFPs) and grant applications. By regulating the invoicing criteria, the document ensures accountability and facilitates efficient financial management within government contracts set to commence in October 2024.
    The JPL Subcontractor Environmental, Health and Safety Requirements (Form 2885) outlines the essential safety protocols and environmental considerations for subcontractors working on projects at the Jet Propulsion Laboratory (JPL). Subcontractors must ensure the safety of their personnel and comply with federal, state, and local regulations. The document details various hazards, including the handling of lasers, lead, noise, confined spaces, and biohazardous materials, requiring subcontractors to submit specific Safety and Health Plans (SHPs) addressing these risks. Required elements include emergency procedures, chemical safety, and fall protection plans to ensure compliance with Cal/OSHA standards. Additionally, the document emphasizes the importance of documentation, reporting incidents, and the need for onsite training regarding communication and health safeguards, especially concerning communicable diseases. Environmental responsibilities encompass waste management, air quality adherence, and hazardous materials protocols, ensuring that all practices align with JPL's standards and the regulations of the South Coast Air Quality Management District. In summary, this document serves as a critical guide for subcontractors, consolidating the safety and environmental expectations crucial for any work conducted within JPL facilities.
    The Jet Propulsion Laboratory (JPL) outlines its Standards of Conduct and Procedures for managing subcontractor personnel issues within this document. Emphasizing ethical business conduct, it defines policies regarding conflicts of interest, reporting violations, and prohibitions against gratuities and kickbacks. Subcontractors must enforce compliance with ethical standards similar to those upheld by JPL personnel. The document also details procedures for addressing workplace behaviors, including drug and alcohol use, sexual harassment, and general safety conduct, to safeguard a professional environment. Reporting mechanisms and disciplinary responsibilities are clearly stipulated, emphasizing that subcontractors are accountable for their employees' actions while on JPL assignments. Additionally, it outlines clear protocols for separation processes, parking regulations, and hours of operation, especially during noisy construction work. Overall, this document serves to ensure that subcontractor personnel operate in alignment with JPL’s standards and federal compliance measures, reflecting best practices for conduct in federally funded projects and contracts. The guidelines aim to maintain integrity, accountability, and a positive workplace culture within JPL’s operations.
    The Jet Propulsion Laboratory's Leased Worker Safety Curriculum Needs Assessment outlines necessary training and medical requirements for leased workers to ensure safety and compliance within their roles. JPL identifies mandatory training provided by JPL and subcontractors, with specified topics including occupational safety, quality assurance, and environmental affairs, among others. Training types range from asbestos awareness to fall protection and equipment operations. Medical examinations such as audiograms and respiratory assessments are mandated, with tailored personal protective equipment (PPE) recommendations based on workers’ job functions. Furthermore, subcontractors must verify the validity of driver's licenses for tasks requiring vehicle operation. JPL also implements an internal safety assessment system known as FLASH for identifying and managing workplace hazards. This structured assessment framework illustrates JPL's commitment to maintaining high safety standards for leased workers, aligning with federal regulations and RFP requirements.
    The document outlines the procedures for issuing Subcontract Work Orders (SWOs) under a labor-hour/time and materials contract for the Jet Propulsion Laboratory (JPL). An SWO is a bilateral document that specifies the subcontractor's responsibilities in executing work. Requests for new SWOs are made by the Contract Technical Manager, who provides a detailed job description, including security clearance requirements. SWOs must be formally issued, following a specified format that includes service descriptions and project timelines, and require authorization from the JPL Subcontract Manager before work begins. The subcontractor is eligible for reimbursement of travel and other direct costs as stated in the subcontracts and individual SWOs. This structured approach ensures that the subcontracting process is managed effectively and in compliance with federal regulations, emphasizing clarity in roles and responsibilities throughout the project lifecycle.
    The document outlines a Subcontract Work Order related to labor hours and material for the Jet Propulsion Laboratory (JPL) under the California Institute of Technology. It specifies key elements such as contract numbers, job classifications, employment details, and rates for labor, including straight time, overtime, and double time for workers. The document breaks down billing rates and includes sections for overtime, travel, and other direct costs (ODC) with authorizations. A future subcontract is noted, indicating a timeframe for October 2024, which highlights the process of formalizing agreements. Essential contact details for managers and authorized subcontractors are part of the document to facilitate communication. This work order demonstrates the procedural aspects of subcontracting within governmental research initiatives, reinforcing compliance with labor regulations and budgeting protocols within the context of federal grants and local RFPs.
    The document outlines the structure and requirements of a weekly status report for a government subcontract related to an unspecified project, indicated by the placeholder "TBD." The report format includes sections for contractor name, project number, tasks, and a point of contact (POC) for the customer. Key fields detail the status of work completed within the given week, the next actions needed, budgeted hours versus hours charged, cumulative hours, percentage of budget expended, and variance explanations. This document serves to track performance against project milestones as part of accountability measures in federal and local contracts. By systematically documenting these metrics, the report aims to ensure transparency and fiscal responsibility in managing federally funded projects. The emphasis on budget tracking and performance status reflects common practices within government Request for Proposals (RFPs) and grant oversight, highlighting the importance of adherence to financial and operational standards in government contracting processes.
    The Jet Propulsion Laboratory (JPL) has established a Software License Agreement to govern the usage of its software by third parties participating in related RFPs. This agreement delineates the rights and restrictions for the Licensee—who is granted a non-exclusive, non-transferable license to use the provided software solely for responding to specific JPL solicitations. Ownership of the software remains with JPL, and any modifications must be reported back to the Licensor. Licensee obligations include protecting trade secrets and adhering to usage parameters prohibiting reproduction or distribution without consent. There is no associated fee for software use related to U.S. government work, but the agreement specifies that failure to comply may result in significant damages. The document clearly reinforces the absence of warranties regarding the software's performance, placing the onus of risk on the Licensee. The agreement is governed by U.S. federal laws, with all parties recognizing Los Angeles County's jurisdiction. This contract reflects the importance of safeguarding government-furnished intellectual property in the context of federal research projects, emphasizing compliance and accountability among contractors.
    This document, identified as Exhibit 7, pertains to a subcontract anticipated to commence in October 2024. While specific details regarding the project are not provided, it aligns with federal government initiatives likely involving proposals for funding applications or project execution linked to federal grants or requests for proposals (RFPs). The format suggests preparation for contractual arrangements that may involve collaboration or partnership, typical in both federal and state/local projects. The designation "TBD" for the subcontract number indicates that further specifics and formalities are forthcoming, reflecting the preliminary stage of the contract establishment process. Overall, this document signifies the intention to formalize a subcontract under upcoming federal initiatives, highlighting procedural aspects of government contracting.
    The document is a preliminary outline for a subcontract related to a federal initiative, set to commence in October 2024. The file, labeled as Exhibit 8 and marked with a Subcontract Number to be determined, suggests its involvement in broader government contracts or grants likely focused on cooperation between federal, state, and local agencies. While lacking specific details, it implies a structured approach towards delivering services or products mandated by government requests for proposals (RFPs). The document serves as a placeholder to establish the groundwork for future contractual specifics, indicating the necessity for careful planning and coordination among stakeholders to meet government standards and objectives. This subcontract is likely a step towards fulfilling larger project requirements that align with federal performance expectations and funding allocation processes.
    The document outlines guidelines for subcontractor personnel in Reliability Engineering and Environmental Assurance roles as part of a federal request for proposals (RFP). It specifies qualifications for various engineering positions, including Subject Matter Experts (SME), Senior Engineers II, I, Engineers, and Quality Assurance Engineers and Inspectors. Each position requires a specific educational background, typically in Science, Technology, Engineering, and Mathematics (STEM) fields, along with extensive experience in their respective areas, such as reliability analysis, natural space environments, and quality assurance for space flight hardware. Key responsibilities include performing and reviewing reliability analyses, assessing performance, identifying task priorities, and ensuring that work meets established requirements and quality standards. The document emphasizes the need for broad technical knowledge and the ability to communicate effectively with various stakeholders within project teams. These qualifications and characteristics are crucial to ensure high-quality outcomes in complex technical tasks associated with government space projects, highlighting the document's relevance to federal grants and RFPs in the aerospace sector.
    The Jet Propulsion Laboratory (JPL) outlines the Subcontractor Personnel Travel Policy intended for subcontractors working under JPL contracts. This policy mandates that all travel related to business purposes requires prior approval from both the JPL Contract Technical Manager (CTM) and Subcontracts Manager (SCM). Reimbursements are strictly for reasonable expenses following federal regulations, ensuring alignment with FAR Part 31 and excluding any indirect costs or profit. The policy details the necessity for advance written approval for both domestic and foreign travel, specifying documentation requirements and exceptions. Subcontractor personnel are responsible for adhering to these regulations and are required to submit travel expense reports, complete with receipts for all applicable expenses over $75. Reimbursement processes are captured in sections covering transportation expenses, per diem allowances, and necessary expense documentation. Specific provisions address airfare guidelines, use of privately owned vehicles, and rental cars, emphasizing cost-effectiveness and sharing where possible. Notably, per diem rates are dictated by GSA guidelines, accounting for meals and lodging taxes, while clarifying exclusions related to personal travel. Overall, the document reflects JPL's commitment to fiscal responsibility and compliance within federal contracting standards, ensuring that subcontractor travel expenses are justified, documented, and reimbursed within set parameters.
    The document outlines security and IT requirements for subcontractors working with NASA and JPL, emphasizing the protection of unclassified information resources. Subcontractors must ensure the confidentiality, integrity, and availability of NASA and JPL data while aiding in fulfilling FISMA reporting obligations. Any suspected IT security incidents must be promptly reported and investigated collaboratively. The document mandates that all lower-tier subcontracts also comply with these security protocols. Additionally, subcontractor personnel must use JPL-managed systems and complete a mandatory onboarding process, which includes identity verification and background checks. Personnel may need to travel for badge pickup, with associated travel costs borne by the subcontractor. The onboarding process is contingent on NASA’s approval and can take a minimum of two weeks, potentially longer for those requiring extensive vetting. This comprehensive approach ensures that all personnel are appropriately vetted and that industry-standard security practices are upheld throughout the duration of the subcontract. Overall, the document serves as a vital framework for ensuring IT security and personnel compliance within the context of government subcontracting.
    The document outlines the badging instructions and requirements for subcontractor personnel needing unescorted access to the Jet Propulsion Laboratory (JPL), a government prime contractor and Federally Funded Research and Development Center (FFRDC). Access is tightly regulated and categorized into three processes based on the duration of required access: Daily Badges for short-term (1-29 days), Smartcard Badges for temporary access (30-179 days), and Long-Term Smartcard Badges for extended access (180-365 days). Each process involves submitting a Service and Construction Roster, passing a National Crime Information Center (NCIC) inquiry, and providing specific identification documentation. The document emphasizes the necessity of a 72-hour lead time for processing, and highlights the detailed information required for the submission of JPL Form 7375 for Smartcard badge requests. Compliance with the outlined procedures is crucial, as non-compliance will result in denied access. The purpose of these regulations aligns with the government's need to maintain security and oversight at federally sensitive facilities, ensuring that only vetted individuals can access the Lab.
    The document outlines the template requirements for invoicing associated with federal and state/local government contracts, specifically addressing labor, other direct costs (ODC), travel (TRVD), and travel-related costs (TRVO). Key fields required for invoice submission include the Type Code, Invoice Number, Invoice Date, Last Name, Badge, Project, Task, Period Start, and Period End, among others, emphasizing the need for detailed cost descriptions and travel information for accuracy. Notably, the Period Start and End are essential for foreign travel, and ODC and travel charges must include specific descriptions. The requirements categorize certain fields as required or conditional, with a clear structure aimed at ensuring compliance and facilitating efficient processing of invoices. This framework aims to standardize invoicing procedures in government contracts, thus enhancing accountability and clarity in financial documentation.
    The JPL Subcontractor Environmental, Health and Safety Requirements – Form 2885 outlines essential standards and obligations for subcontractors working at the Jet Propulsion Laboratory (JPL). The document emphasizes the necessity for strict adherence to safety and health procedures to safeguard subcontractor employees, JPL personnel, and the public during project execution. Key areas addressed include management of safety hazards such as lasers, lead, lifting operations, and confined spaces, along with communication protocols for emergencies and incident reporting. Additionally, environmental obligations concerning waste management, air quality, and biohazardous materials are detailed. Subcontractors must submit a Safety and Health Plan (SHP) identifying potential hazards and mitigation strategies. Compliance with federal, state, and local regulations is mandatory, including proper documentation and notification systems for incidents. The requirements reflect JPL’s commitment to maintaining a safe and environmentally responsible work environment, underscoring the importance of safety culture within project management frameworks. This document serves as a critical resource to ensure that all subcontracting work aligns with JPL’s safety and environmental standards.
    The Jet Propulsion Laboratory (JPL) establishes comprehensive Standards of Conduct and Procedures for managing subcontractor personnel that emphasize ethical business practices. The primary objective is to ensure that subcontractor personnel adhere to high ethical standards akin to those of JPL employees. Key policies include strict prohibitions against kickbacks, accepting gratuities, and conflicts of interest, alongside the expectation of fairness, honesty, and integrity in all dealings. The guidelines specify processes for reporting violations, consequences for fraudulent activities, and expectations around drug and alcohol use. Additional standards cover workplace conduct such as sexual harassment, safety, and traffic violations, ensuring that subcontractor personnel comply with JPL’s on-site rules. Crucially, the document outlines the separation process for subcontractor personnel upon project completion or in cases of unsatisfactory performance, emphasizing that management of these personnel remains the subcontractor's responsibility. These standards are crucial for fostering a responsible working environment and aligning actions with governmental compliance in procurement and funding processes.
    The document outlines the procedures for issuing Subcontract Work Orders (SWOs) under a Labor-Hour/T&M contract at JPL. An SWO is a formal agreement that specifies a subcontractor's responsibilities, while a SWO Supplement modifies existing orders. Requests for new SWOs are initiated by the Contract Technical Manager (CTM), requiring detailed job descriptions and security clearances for subcontractor personnel. SWOs must be issued on a designated form that includes service descriptions and timelines, authorized by the JPL Subcontract Manager. Work commences only after receiving an authorized SWO. Additionally, reimbursement for costs, including travel and other direct expenses, adheres to specific guidelines outlined in the subcontract. This document serves as a framework for managing subcontractor engagements and ensuring compliance with the contract’s terms and conditions within the context of federal regulations.
    The document outlines a Subcontract Work Order (SWO) between the Jet Propulsion Laboratory (JPL) and a subcontractor, detailing the terms for labor hours and materials. It specifies the contract and SWO numbers, the date of issuance, and relevant job classifications. The document includes critical information on the performance period, job location, security clearance requirements, and employment classification. Key financial terms such as the direct labor rate and billing rates for both regular and overtime hours are provided, along with authorizations for overtime, travel, and other direct costs. Additionally, it presents space for the signatures of both the JPL Subcontracts Manager and the authorized subcontractor, signifying agreement to the terms outlined. This SWO is part of JPL's procedures for managing subcontracted work, ensuring compliance, and standardizing billing associated with labor services. The structured format enables clear communication of contractual obligations and financial terms necessary for project execution, emphasizing the importance of adherence to authorized work scopes and costs associated with government projects.
    The document presents a template for a weekly status report on a subcontract related to a government project, which is in a preliminary stage marked with "TBD" for the subcontractor's name. It outlines the structure for reporting key project metrics, including the project name, section, tasked activities, point of contact, status of tasks, next actions, budgeted hours, hours charged for the week, cumulative hours worked, percentage of budget expended, and variance details with explanations. It is designed to track contractor performance and resource allocation over time for effective oversight. This report is essential for ensuring compliance with contract expectations and maintaining transparency in federal grant and RFP-related projects, facilitating management's ability to assess contractor efficiency and budget adherence as of October 2024.
    The document outlines the Software License Agreement between the California Institute of Technology's Jet Propulsion Laboratory (JPL) and a specified Licensee for the use of JPL-furnished software relevant to JPL RFPs. It defines "Software" and "Related Materials," establishing that ownership and rights remain with the Licensor, while granting the Licensee a non-exclusive license to use the software solely for the purpose of responding to a specific JPL solicitation. The Agreement details permissible uses, such as installation on Licensee's systems and making backup copies, while prohibiting reproduction, sharing, and unauthorized modifications of the software. It clarifies that the software is provided "as-is" with no warranties and outlines the consequences of non-compliance, including immediate termination of the Agreement and potential fees. Moreover, it emphasizes that all aspects regarding copyrights, modifications, and derivative works are retained by the Licensor. The Agreement serves as a clear legal framework for software use, ensuring protection of intellectual property while enabling the Licensee to utilize necessary technological resources for government-related tasks.
    The document pertains to a subcontract expected to be finalized by October 2024, although specific details are not yet determined (TBD). Its purpose appears to be related to the execution of federal government projects, likely through requests for proposals (RFPs) or grants, suggesting a collaborative effort with subcontractors. The brief nature of the entry indicates it serves as a placeholder or reference for future contractual arrangements. This context highlights ongoing processes involved in government contracting, often necessitating joint venture partnerships to achieve project objectives. While lacking specific content, the mention of a subcontract denotes the importance of collaborative frameworks in fulfilling government contract requirements while aligning with compliance and procedural standards essential for public sector initiatives.
    The document outlines a subcontract pertaining to federal government processes, specifically related to Request for Proposals (RFPs) and federal grants as of October 2024. While detailed content is sparse, it suggests coordination for upcoming projects that may involve various state and local RFPs. The mention of "Subcontract No.: TBD" indicates an emphasis on future engagements and collaborations that will be formalized later. Overall, the document serves as a placeholder or foundation for more comprehensive agreements. Its primary purpose seems to be establishing a framework for upcoming subcontractual obligations within the specified timeline, indicating careful planning and procedural compliance expected within the federal grant and RFP context.
    This document outlines a subcontract between the California Institute of Technology’s Jet Propulsion Laboratory (JPL) and an unspecified subcontractor for staff augmentation and mission assurance support services, in accordance with JPL's NASA prime contract. The subcontract details the scope of work, which includes various technical support areas such as reliability engineering, system safety engineering, and quality assurance, while emphasizing that personnel provided by the subcontractor will work under direct JPL supervision. The document specifies payment provisions, including billing procedures and travel reimbursements, and mandates safety and documentation requirements. Key personnel roles and responsibilities are defined, along with provisions for lower-tier subcontracting, overtime regulations, and compliance with California labor laws. Moreover, the subcontract emphasizes confidentiality concerning sensitive information and outlines security clearance requirements. It incorporates numerous exhibits that provide guidelines for various operational aspects, aiming to maintain compliance with federal regulations and performance standards. Overall, the subcontract serves to establish clear expectations for service delivery and accountability, ensuring that JPL’s operational integrity is upheld while leveraging external expertise for critical mission support. This agreement reflects the collaborative nature of public sector contracts in pursuing specialized technical and scientific contributions.
    This document outlines a Time and Material Subcontract between the California Institute of Technology's Jet Propulsion Laboratory (JPL) and an unidentified subcontractor, aimed at providing task-based Mission Assurance Support Services under NASA's prime contract. The subcontract details the scope of work, which includes technical, engineering, and scientific services in reliability engineering, environmental analysis, and quality assurance, among others. The subcontractor is responsible for staffing, management, and ensuring the necessary security clearances for personnel. Payment provisions specify a ceiling price and outline invoicing processes for labor hours and other costs, emphasizing strict compliance with authorization limits. The document includes clauses regarding key personnel, overtime, subcontracting limitations, and compliance with federal laws. It also highlights requirements for the handling of sensitive information, insurance obligations, and non-solicitation of personnel during and after the subcontract period. In essence, this subcontract serves as a formal agreement to manage collaborative efforts between JPL and the subcontractor in support of mission assurance, emphasizing accountability, compliance, and structured operational guidelines to meet the needs of NASA projects effectively.
    The Jet Propulsion Laboratory (JPL) is releasing a Request for Proposal (RFP) No. TS-2663-1101135, inviting small businesses to submit competitive proposals for Mission Assurance Support Services. This RFP, classified as a small business set-aside, aims to secure engineering services related to reliability, quality assurance, and environmental compatibility for JPL projects. Proposals must adhere to specific submission formats, including three parts that cover mandatory qualifications, technical capabilities, management strategies, and cost pricing. The RFP specifies that only businesses with less than 1,000 employees can apply under the NAICS code 541715. Proposers must have at least 30 employees with experience in relevant labor categories within the last year. The contract will be awarded for four years, with options for three additional years. Key evaluation criteria include past performance, personnel qualifications, and management plans for staffing both staff augmentation and task-based labor categories. JPL emphasizes the importance of submitting proposals via email and adhering to the outlined timelines, reinforcing a competitive yet supportive environment for small businesses in government contracting.
    The Jet Propulsion Laboratory (JPL) provides an acknowledgment form for potential Offerors responding to a Request for Proposal (RFP). It requires essential identification details, including the firm’s full name and authorized negotiators’ contact information. The document addresses the Defense Priorities and Allocations System (DPAS) and necessitates disclosures regarding any existing priorities or contracts that could affect the proposed work. Additionally, Offerors must reveal any claims, prior JPL employees working on the bid, lobbying activities, and certification regarding federal transactions and domestic product compliance under the Buy American Act. The form outlines requirements related to audits, Equal Employment Opportunity (EEO) compliance for high-value contracts, and the necessity for an Earned Value Management (EVM) system. It includes mandates around executive compensation reporting and information on the Offeror's business classification and organizational type, stressing the importance of accurate representation to avoid penalties. Accurate disclosures are vital to ensure eligibility for subcontract awards, reflecting JPL's commitment to transparency and regulation adherence in procurement processes.
    The Jet Propulsion Laboratory (JPL) requires information on Past Performance from organizations submitting proposals in response to its RFPs. The document outlines the process for providing details about past contracts similar to the RFP's efforts, emphasizing the importance of timely and accurate submission. Proposers must fill out preliminary information about their five most recent relevant contracts and include additional efforts if "related experience" is evaluated. A Past Performance Questionnaire will be sent to the respective customers for verification. Ratings on several performance areas—such as Technical, Schedule, and Cost—will be assessed, utilizing an Adjective Rating Method to classify performance from Exceptional to Unsatisfactory. The purpose of this process is to evaluate the responsibility and reliability of the contractors in fulfilling contractual obligations. Accurate reporting and customer feedback are critical for JPL's decision-making regarding potential contractors.
    The document presents a Request for Proposal (RFP) from the Jet Propulsion Laboratory (JPL) for Mission Assurance Support Services for fiscal year 2025, encompassing the period from October 2024 to September 2025. It outlines proposed labor rates, fixed indirect expenses, and fixed profit hourly rates for various labor classifications. The proposal includes details for both cleared and uncleared staff, providing a breakdown of hourly rates for positions such as subject matter experts, structural analysts, hardware engineers, and quality assurance inspectors across different staffing categories. The structure of the document is organized into labor classifications, categorized by employee levels (e.g., Junior, Senior) and their associated rates, which are currently listed as $0.00, indicating that no values have been finalized yet. Additionally, the document specifies expense considerations depending on labor classification and facility location, reflecting the intricate nature of federal contracting processes. This RFP emphasizes JPL's commitment to ensuring mission assurance through qualified resources while adhering to governmental financial guidelines. The document serves as a key indicator of upcoming project requirements and anticipated labor costs for potential contractors interested in supporting JPL’s mission-related activities.
    The document outlines the requirements for proposers regarding accounting systems and cost accounting standards (CAS) coverage in federal procurement processes. It is structured into three main sections. Section 1 requests basic proposer information, including the CAGE code, DUNS number, and compliance with responsibility requirements outlined in FAR regulations. It emphasizes the need for details regarding audits, certifications, and any exceptions related to pricing data, especially for small businesses. Section 2 focuses on the adequacy of the proposer's accounting system for accumulating costs, mandating a certification from an accounting firm regarding its compliance with FAR regulations on allowable costs and payments. Section 3 targets proposals over $2 million, querying the applicability of CAS exemptions and compliance with Disclosure Statements. It also requires explanations for any noncompliance or inconsistencies between the proposal and the disclosed practices. Overall, the document underscores the importance of proper financial governance and compliance for proposers engaged in federal contracting, ensuring transparency and accountability in cost management during the RFP process. It serves as a critical guide for preparers to meet federal standards in accounting practices.
    The Jets Propulsion Laboratory's Cost Accounting Standards (CAS) Notice and Certification outlines requirements for offerors participating in federal subcontracts exceeding $2 million related to this RFP. The notice emphasizes that it applies primarily to those not categorized as small businesses or foreign governments. It mandates the submission of a Disclosure Statement regarding cost accounting practices for proposals that will result in CAS-covered subcontracts. Offerors must certify practices in estimating costs are consistent with previously disclosed accounting practices, indicate eligibility for modified subcontract coverage, or claim monetary exemptions if awards do not exceed prescribed limits. Additionally, practices affecting existing subcontracts should be disclosed. The document is structured into four main sections focused on disclosure requirements, exemptions, and implications for existing contracts, ensuring both offerors and contract managers understand their obligations under CAS regulations. This adherence to standards is vital for fiscal accountability in federally funded projects.
    The document outlines the requirements for offerors seeking flexible priced or fixed price subcontracts with progress payments at the Jet Propulsion Laboratory (JPL) of the California Institute of Technology. It stipulates that offerors must demonstrate the adequacy of their accounting systems to effectively accumulate, report, and bill direct and indirect costs associated with the subcontract. Acceptable evidence includes documentation from a federal government auditor or agency that verifies the system's adequacy, including the audit report number, date, and findings. If such a review has not been conducted, the offeror must provide comprehensive company information, including their DUNS number, accounting records location, and contacts for the cognizant DCAA and DCMA Offices. Furthermore, JPL reserves the right to conduct its own review of the accounting system. The document emphasizes that opinions from a CPA are not sufficient to meet these requirements. Offerors must certify their understanding and compliance by signing the document. This process ensures fiscal responsibility and compliance with federal standards during the award of contracts to ensure proper allocation of funds.
    The Supplier Information Request Form from the Jet Propulsion Laboratory (JPL), part of the California Institute of Technology, serves as an essential document for potential vendors engaging with JPL. The form collects vital supplier information, including legal business name, Employer Identification Number (EIN), CAGE Code, and NAICS Code, as well as the supplier's location and payment address. It queries the organization type and business classification, allowing JPL to identify whether the supplier qualifies as a small business, non-profit, or other categories. A notice regarding potential tax withholding highlights compliance with tax regulations. Furthermore, the form includes authorization for electronic payments, specifying details necessary for financial transactions and acknowledging the supplier's responsibility for any changes to their banking information. Overall, the document is structured to ensure that JPL collects comprehensive and compliant vendor information as part of its procurement processes, facilitating effective engagement with federal grants and contracts. This aligns with the protocols surrounding government RFPs and qualifications for fiscal interactions.
    The Small Business Joint Venture Certificate outlines requirements for small businesses and joint ventures to participate in government contract solicitations, specifically under NAICS Code 541715, which pertains to Research and Development in the Physical, Engineering, and Life Sciences. It stipulates that only small business concerns or qualified joint ventures may submit offers, with conditions emphasizing compliance to small business size standards as defined by the Small Business Administration (SBA). Joint ventures must consist of all qualifying small business concerns or a mentor-protégé format where the protégé is a small business allied with an SBA-approved mentor. Additionally, it specifies that joint ventures must comply with limitations on subcontracting and mandates a minimum of 40% of work to be performed by the small business partner in mentor-protégé arrangements. Each partner must certify their small business status, adherence to subcontracting limitations, and meet specific agreement requirements. Misrepresentation of small business status can lead to significant legal repercussions, including fines and ineligibility for federal programs. This document underlines the government’s commitment to fostering small business participation in federal contracting.
    The Jet Propulsion Laboratory (JPL) document outlines the requirements for completing a Government Property Questionnaire as part of proposals for work involving government property. Respondents must indicate if existing government property will be used and, if so, request consent from the cognizant Contracting Officer for its rent-free usage. Additionally, a Facilities or Equipment exhibit must be provided, detailing information on the property, its purpose, location, and estimated rental costs. The questionnaire also addresses the need for Government-furnished property (GFP). Respondents must state if more GFP is required than what is listed and detail the items necessary, including their quantity and classification (expendable vs. nonexpendable). It emphasizes the importance of identifying additional costs if GFP is unavailable for project execution. This document serves as part of the compliance framework within federal RFP processes, ensuring that contractors properly account for and report on the use of government assets. Overall, it emphasizes accountability and transparency in the use of government property in contractual work.
    The Jet Propulsion Laboratory (JPL) at the California Institute of Technology has issued a Notice of Total Small Business Set-Aside for a solicitation aimed at small business concerns. The directive emphasizes that only offers from small businesses will be accepted, ensuring that successful bids come exclusively from firms meeting the Small Business Administration's size standards and relevant NAICS Codes. Offerors must certify their small business status, agree to supply domestically produced end items, and understand that misrepresentation will result in severe penalties, including fines and ineligibility for future contracts. The document clearly outlines the conditions for participation and compliance, supporting federal goals to enhance small business engagement in government contracts. Overall, the notice maintains a focus on promoting small business opportunities in governmental procurement processes while safeguarding the integrity of the contracting system.
    The document is a certification form from the Jet Propulsion Laboratory (JPL), part of the California Institute of Technology, that verifies the accuracy of cost or pricing data submitted in support of a proposal or quotation. It emphasizes compliance with the Federal Acquisition Regulation (FAR), particularly section 2.101 and subsection 15.403-4. The certification encompasses all cost data related to any associated agreements between the Offeror and the Government, ensuring that the submitted data is current, complete, and truthful as of a specified date. The form requires the identification of the specific proposal or submission involved, an authorized signature, and the date of signing. This certification is crucial in the context of federal procurement processes, ensuring accountability and transparency in pricing during negotiations. Thus, it plays a vital role in establishing trust between the Offeror and the Government.
    The Jet Propulsion Laboratory's (JPL) Standards of Conduct outlines ethical business practices and procedures for handling subcontractor personnel matters. It emphasizes the importance of high ethical standards, requiring subcontractors to ensure their personnel adhere to defined conduct guidelines. Key sections include policies on reporting violations, preventing kickbacks and gratuities, managing conflicts of interest, and addressing fraudulent activities. The document emphasizes maintaining a drug-free workplace, prohibiting sexual harassment, and ensuring safety compliance. Subcontractors must have systems to address personnel problems, including workplace violations and disciplinary actions, while JPL personnel are encouraged to report ethical concerns. It also details the separation process for subcontractor personnel at JPL and states that any employment termination issues must be resolved according to subcontractor policies. The document serves as part of a broader legal framework associated with federal contracts, aligning subcontractor conduct with institutional expectations, reinforcing ethical standards in government-related projects. By establishing these guidelines, JPL aims to promote integrity, transparency, and compliance among all involved parties.
    The Jet Propulsion Laboratory (JPL) outlines stringent procedures for subcontractor personnel requiring unescorted access to the facility. This document details three distinct badging processes based on the duration of access, which are Daily Badge (1-29 days), Temporary Unescorted Access (30-179 days with a Smartcard badge), and Long Term Unescorted Access (180-365 days). For each process, a JPL host or sponsor initiates a roster submission, triggering an NCIC background check for personnel. Successful candidates receive immediate access via a Daily Badge, with advanced appointments necessary for Smartcard enrollments. The onboarding procedures include providing identity documents, fingerprints, and photographs. Additionally, compliance with specific forms and access requests, such as JPL Form 7375 for the Smartcard badge process, is crucial for background investigations and approvals. The guidance adheres to federal identification standards, emphasizing security and thorough vetting of subcontractor personnel to ensure safety and authorized access to JPL facilities. This framework supports government regulations while facilitating collaborative efforts at the FFRDC.
    The Jet Propulsion Laboratory (JPL) outlines requirements for subcontractor cost or pricing data in file B-13, applicable for contracts exceeding $2 million. Subcontractors must provide certified cost or pricing data unless exceptions apply, such as adequate price competition or pricing governed by law. Requests for exceptions should follow specified procedures, providing necessary supporting information, including legal citations and pricing comparisons for commercial items. JPL may need additional documentation to ascertain exceptions and ensure fair pricing. Subcontractors grant JPL access to their records to verify exception requests prior to award decisions. This document serves to clarify the protocols subcontractors must follow in terms of pricing transparency and compliance in federal contracts, ensuring accountability and fiscal responsibility within the federal procurement framework.
    The JPL Subcontractor Environmental, Health, and Safety Requirements document outlines comprehensive safety protocols that subcontractors must adhere to while working at the Jet Propulsion Laboratory. The primary goal is to protect the health and safety of subcontractor personnel, JPL employees, and the surrounding public. Key provisions include ensuring compliance with JPL-specific environmental health and safety requirements, as well as federal, state, and local regulations. Subcontractors are mandated to submit a Safety and Health Plan (SHP) detailing potential hazards and mitigation strategies for various safety concerns including asbestos, radiation sources, lifting operations, and hazardous waste management. The document emphasizes reporting procedures for emergencies and incidents, proper handling of hazardous materials, and the necessity for trained personnel on-site. Additionally, specific plans must be submitted for unique hazards like confined spaces and hot work, alongside adherence to permits and inspections. The regulations demonstrate JPL's commitment to a safe working environment while facilitating subcontractor compliance, emphasizing a structured approach to risk management. This aligns with the broader context of government RFPs and grants, ensuring responsible stewardship of federal resources.
    The Patent and Copyright Agreement under JPL Subcontract No. is a contractual document specifying the obligations of the subcontractor in relation to inventions arising from their work with the California Institute of Technology (Caltech) and NASA. The agreement mandates that the subcontractor promptly disclose any inventions made during the project and assign ownership of patents to their employer, who will then reassign these rights to Caltech. The subcontractor is also required to refrain from public disclosures regarding their work until they have notified the Institute and complied with relevant procedures. The document outlines that any revenue generated from patents assigned to the Institute will be shared with the subcontractor according to existing policies. Furthermore, it mentions that the Institute assumes no liability towards the subcontractor except as specified in the agreement. This agreement ensures that intellectual property rights related to government-funded research projects are systematically managed, emphasizing both compliance and the financial interests of the involved parties.
    The Jet Propulsion Laboratory (JPL) has issued a notice regarding the requirement of a pre-award on-site Equal Opportunity Compliance Review, as part of their solicitation process for federal contracts. This requirement aligns with the Office of Federal Contract Compliance regulations (41 CFR 60-1.20) established on December 20, 2005. Specifically, any proposal exceeding $10,000,000 must undergo a compliance review to ensure adherence to the Equal Opportunity provisions outlined in the solicitation. This process is crucial in establishing that contractors qualify for the award based on their commitment to equal opportunity principles. The document serves to notify potential bidders of the compliance requirements integral to the bidding process for federal grants and contracts, reinforcing the government's dedication to equitable practices in procurement.
    The Jet Propulsion Laboratory’s document outlines security requirements for a classified subcontract related to a Classified Specimen Subcontract. The document specifies that no pre-award access to classified information is necessary, but details various access requirements that could apply if certain conditions are met. Key points include the necessity for safeguarding capabilities depending on the type of access the subcontractor needs, particularly in cases involving classified documents, hardware fabrication, and restricted data. Each access requirement is explained to clarify the specific obligations that different scenarios entail, such as coordination with Security Classification Officers and adherence to various security procedures. This document serves to guide contractors in understanding their responsibilities concerning classified information, ensuring compliance with federal security protocols associated with government RFPs and grants. Overall, it emphasizes the importance of security measures in handling classified materials and the varied requirements applicable to different subcontracting situations.
    The Jet Propulsion Laboratory (JPL) requires prospective subcontractors to undergo an environmental audit of properties they plan to lease directly to JPL. The selected offerors must submit a comprehensive environmental audit report before an award can be finalized. This report must detail compliance with relevant federal, state, and local environmental laws, identifying hazards and contaminants within or on the premises. It should cover various potential issues including storage tanks, hazardous materials, and other environmental concerns. Additionally, any subcontractor seeking to lease real property directly associated with JPL must submit their own environmental audit for approval. JPL personnel may also conduct site investigations to verify audit findings. The procedures outlined emphasize JPL's commitment to environmental compliance and safety in its leasing agreements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NRESS III Draft RFP 80HQTR25R7002
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the NRESS III Draft Request for Proposal (RFP) 80HQTR25R7002, aimed at providing research and education support services, including professional and IT services for NASA's peer review program. The contract, which is set aside for 8(a) businesses, will facilitate the management of research proposals, outreach programs, and compliance with federal grant policies, ensuring efficient contract management and adherence to NASA's operational standards. The anticipated contract value ranges from a minimum of $5 million to a maximum of $365,208,886, with proposals due approximately 30 days after the final RFP release on April 29, 2025. Interested parties can direct inquiries to Chanda Cannon at chanda.m.cannon@nasa.gov or Jasmine N. Jett at jasmine.n.jett@nasa.gov.
    NASA Small Business Innovation Research (SBIR) Phase I Fiscal Year 2025
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Innovation Research (SBIR) Phase I program for Fiscal Year 2025, aimed at fostering innovative technologies that support NASA's missions. Eligible small businesses, defined as those with 500 or fewer employees, are encouraged to submit proposals that demonstrate scientific merit, technical feasibility, and potential for commercialization, with a maximum funding amount of $150,000 available for projects lasting six months. This initiative is crucial for advancing aerospace technology and promoting economic growth, as it emphasizes American-made products and restricts foreign affiliations to ensure security compliance. Proposals must be submitted via the Proposal Submissions and Award Management System (ProSAMS) by March 10, 2025, and interested parties can reach out to Kenneth E. Albright at Kenneth.E.Albright@nasa.gov or Steven Brockway at steven.m.brockway@nasa.gov for further information.
    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.
    Safety and Mission Assurance Services (SMAS) III e-Library
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking Safety and Mission Assurance Services (SMAS) III e-Library. This service involves the creation of an electronic library of supplemental information for safety and mission assurance purposes. The library will provide access to important resources and documents related to safety and mission assurance. The procurement is set aside for small businesses. The place of performance is Greenbelt, MD, USA (zip code: 20771). For more information, please contact Miranda G. Meyer at miranda.g.meyer@nasa.gov or Nancy J. Lindsey at nancy.j.lindsey@nasa.gov.
    NASA Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation, aimed at developing innovative technologies that benefit both NASA missions and broader societal needs. Proposals must demonstrate technical feasibility, relevance to NASA's objectives, and a clear commercialization strategy, with funding capped at $150,000 for a 13-month period. This solicitation emphasizes the importance of collaboration with research institutions and encourages participation from socially and economically disadvantaged groups, while also requiring compliance with federal regulations and security protocols. Interested parties should submit their proposals by March 10, 2025, and can reach out to Kenneth E. Albright at Agency-SBIR-STTRSolicitation@mail.nasa.gov or by phone at 228-813-6127 for further inquiries.
    Concurrent Real-Time Maintenance Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Concurrent Real-Time Maintenance Renewal, aimed at securing maintenance services for critical hardware and software systems at the NASA Ames Research Center. This procurement is specifically for brand-name services related to the iHawk System, NightStar Tools software, and the RedHawk Frequency-Based Scheduler, ensuring continued operational support and functionality of these essential systems. The maintenance renewal period is set from February 26, 2025, to February 25, 2026, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in compliance with federal regulations. Interested bidders should contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details and must register in the System for Award Management (SAM) to submit their proposals.
    Haas Desktop CNC Mill and Control System
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.
    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.
    FY25 Invenio
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide Invenio software licenses under the FY25 Invenio project, as outlined in solicitation number 80NSSC25894148Q. The procurement includes a requirement for one Production License and one Test/Dev License, which are essential for efficiently indexing and querying medical data within NASA’s Information Management Platform for Analytics & Aggregation (IMPALA) suite. This software is critical for supporting the agency's healthcare data processing needs, particularly for users such as epidemiologists and biostatisticians. Quotes are due by March 6, 2025, and interested parties must register on the SAM website and comply with various federal regulations; for further inquiries, contact Cody Guidry at cody.d.guidry@nasa.gov.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    NASA's Johnson Space Center is soliciting proposals for the Simulation and Advanced Software Services II (SASS II) contract, aimed at delivering specialized services in space-based robotics, avionics, and flight software to support various NASA programs, including the International Space Station, Orion, Gateway, and Artemis. This procurement is structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with both Cost-Plus Fixed-Fee (CPFF) and Firm-Fixed Price (FFP) task orders, effective over a five-year period. The opportunity emphasizes the importance of compliance with evolving regulations regarding Artificial Intelligence and Machine Learning, ensuring that contractors engage closely with NASA personnel and utilize government infrastructure. Proposals are due by March 13, 2025, and interested parties should direct inquiries to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.