Ex Libris Products for Headquarters
ID: 80TECH25Q0039Type: Presolicitation
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 - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    NASA's National Aeronautics and Space Administration is seeking to procure Ex Libris Products, specifically the Alma Library Management System and Primo VE Discovery Layer, for its Headquarters in Washington, D.C. The procurement will be conducted as a sole source contract with Clarivate Analytics (US) LLC, the only provider of these products, under the authority of FAR 13.501(a). These systems are critical for managing library resources and enhancing user discovery capabilities within NASA's information procurement technology framework. Interested organizations are invited to submit their capabilities and qualifications via email to Tanisha Rush by 4:00 PM CT on February 6, 2025, for consideration in determining whether to pursue a competitive acquisition process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    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.
    Fission Surface Power System - Technical Library
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Glenn Research Center is establishing a Technical Library for potential offerors interested in the Fission Surface Power (FSP) System Announcement for Partnership Proposals (AFPP). This initiative aims to advance fission surface power technology, which is crucial for supporting future lunar and Mars exploration missions, thereby energizing the space industrial base for a sustainable lunar economy. The Technical Library will be periodically updated with essential technical documents, and interested parties are responsible for monitoring the website for updates. For access to export-controlled content, requests must be submitted via the FSPS Export Control Request Form to the designated contacts, Matthew Evans and Linda Nabors, at their respective NASA email addresses. This notice is not a request for proposals, and no proposals should be submitted in response.
    LaRC Abaqus Software Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    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.
    Thermo Scientific Nicolet iS50 FTIR Spectrometer - Aligned Tri-Detector, Gold Optics, No Beamsplitter & warranty purchase.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure a Thermo Scientific Nicolet iS50 FTIR Spectrometer, including warranty, as a sole source requirement from Thermo Electron North America LLC. This advanced analytical instrument is crucial for the NASA Johnson Space Center's Environmental Chemistry Laboratory, where it will enhance capabilities for analyzing gases for human consumption and streamline operations by reducing analysis time. The procurement is justified under FAR 13.106-1(b)(1)(i) due to the vendor's unique qualifications, and interested organizations may submit their capabilities by December 9, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov for consideration in determining the viability of a competitive procurement. The contract will be executed in Houston, Texas, with a performance period of 30 days after receipt of order.
    Notice of Sole Source Justification: Velo3D Sapphire Additive Manufacturing System 1-Year Lease
    Buyer not available
    NASA's Marshall Space Flight Center (MSFC) is seeking to award a sole source contract for a one-year lease of the Velo3D Sapphire Metal Additive Manufacturing (AM) System from Velo3D Inc. This procurement is critical for NASA's evaluation and certification of flight components for the Human Landing System (HLS) and Space Launch System (SLS) vehicles, as hands-on experience with this specific machine is necessary to ensure safety and compliance in manufacturing processes. The Velo3D Sapphire system is uniquely positioned to meet the high-risk evaluation needs identified by the NASA Engineering Safety Center (NESC), which is managing this project. Interested parties can direct inquiries to Yong Castillo at yong.h.castillo@nasa.gov or Sadie Moulton at sadie.m.moulton@nasa.gov for further details.
    Purchase an extrusion system that will be used to develop regolith composites
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of an extrusion system designed for the development of regolith composites. This system must include essential components such as a material hopper, filament cooling path, spool winder, and a hardened screw capable of processing thermoplastic and abrasive regolith materials. The procurement is set aside for small businesses, emphasizing the importance of this technology for NASA's research and development initiatives. Quotes are due by December 9, 2025, at 3:00 p.m. CT, and must be submitted to Laura Quave at laura.a.quave@nasa.gov, with technical questions due by December 5, 2025. Interested vendors must be registered on SAM.gov and adhere to specific provisions outlined in the RFQ and Statement of Work.
    ASTM CUSTOMIZED COMPASS PORTAL SUBSCRIPTION
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for the renewal of the customized COMPASS portal subscription with ASTM, located in West Conshohocken, PA. This subscription provides access to a comprehensive collection of standards, including the Complete 15 volume Book of Standards, various Digital Library content, and selected European Normative Standards, ISO, and IEC Standards. The procurement is critical as ASTM is the sole provider of these services, holding exclusive rights to the content and archives, and no competitive proposals will be solicited. Interested parties may express their interest and capability via email to Randy E. Schroyer at randy.schroyer@nist.gov by 5:00 PM EST on December 26, 2024, with a firm fixed-price purchase order expected to be issued around January 27, 2025, for a one-year period with four additional one-year options.