Communique Platform License Renewal
ID: 80NSSC25896846QType: Special Notice
Overview

Buyer

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

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking to renew its Communique Platform License through a sole source contract with Communique Conferencing Inc. for the period from January 1, 2025, to December 31, 2025. This renewal will provide essential features such as support for up to 50 event rooms, the capability to host 2,000 concurrent attendees, and various functionalities including event registration and real-time reporting, aimed at enhancing virtual engagement and collaboration across NASA's events. Interested parties are invited to submit their qualifications in writing by 3 p.m. CST on March 7, 2025, with all communications directed to Cara Craft at cara.s.craft@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Headquarters seeks to procure a renewal of the Communique Platform License for the period from January 1, 2025, to December 31, 2025. The license will include various features such as provisioning an environment URL, support for up to 50 event rooms and booths, and the capability to host up to 2,000 concurrent attendees, with unlimited on-demand access. Key functionality encompasses event registration, real-time reporting, and extensive content hosting options. Additional services include project management for implementing a multiple language environment, integration of a Single Sign-On (SSO) system, and hosting one webinar at a time with up to 1,000 attendees, along with training sessions and enhanced UX features. The solutions will be delivered at NASA Headquarters, located in Washington, D.C. The emphasis on extensive virtual engagement capabilities, multilingual support, and SSO integration highlights NASA's aim to enhance collaboration and access across its events, reflecting a commitment to modern digital platforms in government operations.
    NASA/NSSC is seeking to renew its Communique Platform License and plans to issue a sole source contract to Communique Conferencing Inc., the sole provider for this renewal, under FAR 13.106-1(b)(1)(i). The contract's performance will take place at NASA Headquarters, with the procurement adhering to FAR Part 12 and FAR Part 13 for commercial items and services. The relevant NAICS Code for this procurement is 518210. Interested parties can submit their qualifications in writing by 3 p.m. CST on March 7, 2025, for consideration of competitive procurement. The government maintains the discretion to determine whether to conduct a competitive process based on received submissions. All communications must be written; oral responses are not accepted. The relevant point of contact for this procurement is Cara Craft, as detailed in the notice. This document exemplifies common practices in government RFPs, highlighting the importance of sole-source agreements and the structured solicitation process for federal contracts.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    AuSIM3D Software Service Contract Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew the AuSIM3D Software Service Contract, which is critical for ongoing software updates and support for its server software suite and Matlab tools at the Langley Research Center in Hampton, Virginia. The contract, which will be administered by the NASA Shared Services Center, encompasses a full year of service over a total period of 36 months, providing priority technical support through various channels, including email, phone, and onsite visits. This proprietary software is essential for conducting urban air mobility vehicle noise studies and is uniquely provided by AuSIM, Inc., as no alternative vendors can deliver equivalent services without significant integration challenges. Interested parties must submit their qualifications by March 10, 2025, and inquiries should be directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
    FY25 Invenio
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is soliciting quotes for the FY25 Invenio project, focusing on the procurement of Invenio software licenses, specifically one Production License and one Test/Dev License. This procurement aims to enhance NASA's operational capabilities by integrating the software into their Information Management Platform for Analytics & Aggregation (IMPALA), which is crucial for efficiently indexing and querying medical data for a diverse user base, including epidemiologists and biostatisticians. The selected vendor, Wired Informatics, is recommended due to the unique proprietary features of their software, which are essential for maintaining high-tech standards and operational efficiency in healthcare data processing. Quotes are due by March 6, 2025, and interested parties should contact Cody Guidry at cody.d.guidry@nasa.gov for further information.
    Qumulo General Purpose Tier 1TB Support Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide renewal support for Qumulo General Purpose Tier 1TB software and Mission Q Services, essential for maintaining data management capabilities at the Langley Research Center in Hampton, Virginia. This procurement includes two software subscriptions, each with a capacity of 672 TB, covering the performance period from February 7, 2025, to February 6, 2026, along with an additional subscription for a total capacity of 1344 TB from September 4, 2025, to February 6, 2026. The renewal is critical for ensuring compliance with NASA's cybersecurity policies and maintaining operational consistency, as the software is uniquely compatible with existing hardware. Interested offerors must submit their quotes by March 12, 2025, and can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov for further information.
    FY25 Cloud Atlassian Jira and Confluence Add-ons
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide Cloud Atlassian Jira and Confluence add-ons for the fiscal year 2025, aimed at enhancing operational efficiency at NASA Headquarters. The procurement includes specific licensed software add-ons such as Reminder for Jira, Power Scripts for Jira Workflow Automation, and Smart Checklist for Jira, with distinct user capacities for both platforms, ensuring compatibility and security within NASA's existing software framework. This initiative underscores NASA's commitment to leveraging advanced cloud-based tools to improve productivity and collaboration, with proposals due by March 10, 2025, and inquiries to be directed to Tessa Martinez at tessa.m.martinez@nasa.gov.
    Plug25 Mixer Hardware
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Plug25 Mixer Hardware, as outlined in RFQ number 80NSSC25897311Q. This opportunity is specifically set aside for small businesses and includes strict compliance requirements with federal regulations, including adherence to the Buy American Act and various certifications related to environmental and operational policies. The Plug25 Mixer Hardware is essential for NASA's operations, ensuring the availability of high-quality telecommunications equipment. Interested offerors must submit their quotes by March 12, 2025, and ensure their submissions are valid for 30 days; they are also required to register at SAM.gov and comply with specific telecommunications provisions. For further inquiries, interested parties can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
    Justification for Other Than Full & Open Competition (JOFOC) for Solutions For Enterprise-Wide Procurement (SEWP) V
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is issuing a Special Notice regarding the Justification for Other Than Full & Open Competition (JOFOC) for the Solutions for Enterprise-Wide Procurement (SEWP) V contracts. The procurement aims to secure a 12-month extension of the SEWP V contracts, which are critical for providing IT solutions across federal agencies, with an estimated value of $12 billion. This extension is essential to prevent disruptions in IT services that would adversely affect over 100 small businesses and various federal agencies reliant on these contracts. Interested parties can reach out to James Griffin at james.r.griffin@nasa.gov or Sara Stuart at sara.stuart@nasa.gov for further information, with the current contracts set to expire on April 30, 2025.
    Joint Safety Health Institutional Facilities Team (JSHIFT)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is initiating a presolicitation for the Joint Safety Health Institutional Facilities Team (JSHIFT), aimed at establishing a competitive acquisition for a 5-year Firm Fixed Price (FFP) contract with an Indefinite Delivery Indefinite Quantity (IDIQ) component. This procurement will provide essential core services across various NASA centers, including Goddard Space Flight Center (GSFC), Johnson Space Center (JSC), and Langley Research Center (LaRC), with a contract structure comprising a 2-year base period followed by three one-year options. A virtual pre-solicitation conference is scheduled for March 10, 2025, from 2 pm to 4 pm Eastern Time, where prospective offerors can engage and submit questions; registration is required by March 6, 2025. Interested parties can reach out to Lisa Harvey at larc-jshift@mail.nasa.gov for further information regarding this opportunity.
    ELS Nutritional Biochemistry Laboratory OLIMS Software Maintenance
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract for the maintenance of the Environmental Laboratory Services (ELS) Nutritional Biochemistry Laboratory OLIMS Software. This procurement aims to ensure ongoing software support and updates tailored to the specific needs of the laboratory, which is located at the Johnson Space Center in Houston, Texas. The maintenance agreement is crucial for maintaining the functionality and efficiency of the Laboratory Information Management System, originally developed by ELS, and is set to cover the period from May 1, 2024, to April 30, 2025. Interested organizations may submit their capabilities and qualifications by 1 p.m. CST on March 10, 2025, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    Zeiss SEM Workstation with SmartSEM
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide a Zeiss Scanning Electron Microscope (SEM) Workstation equipped with SmartSEM software, essential for enhancing its analytical capabilities at the Kennedy Space Center. The procurement includes a preloaded workstation upgrade kit, a perpetual SmartSEM software license, a SmartSEM Touch software upgrade license, and installation services, all to be completed within 30 days after receipt of order. This acquisition is critical for maintaining operational efficiency and compatibility with existing SEM equipment, as the current system can only interface with Zeiss software, making competition impractical. Interested vendors must submit their quotations by March 11, 2025, and are required to register on SAM.gov to be eligible for this small business set-aside opportunity. For further inquiries, contact Tessa Martinez at tessa.m.martinez@nasa.gov.