Visual Planning Software in support of the FY25 Spaceport Scheduling Project.
ID: 80NSSC25896521Q-R1Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the procurement of Visual Planning Software to support the FY25 Spaceport Scheduling Project. The contract requires an on-premise subscription for various user licenses, along with comprehensive consulting and training services aimed at enhancing project management efficiency at the Kennedy Space Center. This software is critical for facilitating real-time, multi-user scheduling, minimizing conflicts, and ensuring seamless integration with existing systems, thereby maintaining operational continuity during the transition from the current BOSS contract to the new SOCS contract. Interested vendors must submit their quotes by April 7, 2025, and provide proof of authorization as a reseller of the Visual Planning software, with the goal of achieving full deployment by July 1, 2025. For further inquiries, contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 8:10 PM UTC
The NASA Kennedy Space Center is seeking a vendor to supply Visual Planning software for the FY25 Spaceport Scheduling Project. The contract includes a one-year on-premise subscription for various user licenses (VPServer, VPDesk named and floating, and VPPortal floating) along with comprehensive consulting and training services. Key objectives are to deploy a user-friendly tool for efficiently sharing plans and schedules within a color-coded, multi-user, near-real-time environment. The software should support the elimination of scheduling conflicts, provide custom templates, and enable integration with other software systems like Microsoft Project and Maximo. The vendor must demonstrate authorization as a reseller and provide technical support, including bug fixes and access to an online knowledge base. The intended deployment period is one year after the award, culminating in a fully functional system by July 1, 2025. These specifications ensure that the software effectively meets operational needs while adhering to NASA's standards for security and accessibility, crucial in the context of government contracting and project management.
Apr 2, 2025, 8:10 PM UTC
The NASA Shared Services Center's document recommends a sole source procurement of Spaceport Scheduling Software from Stilog Inc. due to its unique capability to meet the Kennedy Space Center's needs in conjunction with training services. An estimated cost and delivery timeline prior to July 2025 have been outlined, as the transition from the current BOSS contract to the SOCS contract necessitates timely setup and training. The rationale for this sole source justification includes the assessment that the Visual Planning software aligns best with operational requirements and avoiding delays which could disrupt workflow during the transition. Potential impacts of selecting an alternative vendor would include schedule misalignments and increased risks to the project's timeline. The necessity for this procurement underlines the strategic importance of maintaining operational continuity and efficiency in NASA's projects.
Apr 2, 2025, 8:10 PM UTC
The National Aeronautics and Space Administration (NASA) has issued a Request for Quotation (RFQ) for Visual Planning Software in support of its FY25 Spaceport Scheduling Project, specifically designated for small businesses. The RFQ outlines the requirements, including a detailed Statement of Work that requires an on-premise subscription of software licenses and various consulting and training services. Key functionalities expected from the software include multi-user capabilities, a user-friendly interface, color-coded scheduling to avoid conflicts, customizable templates, and the ability to integrate with existing software systems. The performance of the software is crucial, with a requirement for deployment by July 1, 2025. Offerors must submit quotes by April 7, 2025, and comply with various federal regulations and certifications outlined in the RFQ. Furthermore, the procurement includes specific clauses regarding telecommunications, compliance with FAR, and requirements pertaining to small business eligibility. This initiative demonstrates NASA's commitment to enhancing project management efficiency and coordination at the Kennedy Space Center through advanced technological solutions.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
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.
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.
FY25 Xerox DocuShare Annual Support Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the annual support renewal of Xerox DocuShare software, specifically for Standard and Incremental Servers, through Request for Quotation (RFQ) 80NSSC25898751Q. This procurement is set aside for small businesses and includes options for technical support, maintenance, and upgrades, with a performance period from April 1, 2025, to March 31, 2026, at the Armstrong Flight Research Center in California. The services are crucial for maintaining operational efficiency and safeguarding NASA's software investment, ensuring continuous support and future upgrades. Interested parties must submit their quotes by April 10, 2025, and are encouraged to contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
RS Means Online
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is planning to issue a sole source contract for RS Means Online services, specifically targeting data management and analysis capabilities compliant with federal standards. The procurement will involve two distinct offerings: FedRAMP Name Users Complete Plus, which includes all datasets and predictive data, and FedRAMP Concurrent Complete Plus, providing support for one concurrent user along with up to ten named users. The contract is set for a period of one year after receipt of order and will be managed by NASA’s Marshall Space Flight Center, with qualifications due by 1 p.m. CST on April 7, 2025. Interested organizations should submit their qualifications in writing to Cara Craft at cara.s.craft@nasa.gov, as oral communications are not acceptable.
SW - Abaqus
Buyer not available
NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure maintenance services for SW - Abaqus, a specialized software essential for various engineering applications. The procurement will be conducted as a sole source contract with DASSAULT SYSTEMES AMERICAS CORP., the sole provider of this software, under the authority of FAR 13.106-1(b)(1)(i). The performance of this contract will take place at NASA's Glenn Research Center, and interested organizations are invited to submit their capabilities and qualifications by 12 p.m. Central Standard Time on April 7, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov.
Spaceport Operations and Center Services (SOCS)
Buyer not available
The National Aeronautics and Space Administration (NASA) Kennedy Space Center is seeking qualified vendors to provide Spaceport Operations and Center Services (SOCS), which includes facilities support services at KSC and Cape Canaveral Space Force Station. The contract will encompass a range of services such as maintenance and operations of facilities, integrated operations center management, engineering support, and logistics services, aimed at supporting over 30 customers including NASA and the United States Space Force. The anticipated timeline for the Request for Proposal (RFP) release is around August 29, 2024, with proposals due by October 31, 2024, and contract awards expected by June 30, 2025. Interested parties can contact Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information and are encouraged to monitor https://sam.gov for updates.
Amendment 001 - NASA Flight Crew Training
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for flight crew training services under Solicitation No. 80AFC25Q0005, specifically targeting Commercial Off the Shelf (COTS) academic and simulator training for its flight crew and maintainers. The procurement aims to ensure that NASA personnel maintain their proficiency through comprehensive training programs, including ground school instruction and simulator training for various aircraft models, such as the PC-12 and KA-200. This initiative is crucial for enhancing operational safety and effectiveness within NASA's aviation programs. Interested offerors must submit their proposals by 1:00 PM Pacific on April 11, 2025, to Bernard Cenidoza at bernard.c.cenidoza@nasa.gov, and are encouraged to review the attached documents for detailed requirements and compliance guidelines.
10x10 SWT PLC Hardware.
Buyer not available
The National Aeronautics and Space Administration (NASA) seeks to procure 10x10 SWT PLC Hardware, specifically from Schneider Electric, through a total small business set-aside contract. This procurement involves various essential hardware components for facility control systems at the NASA Glenn Research Center, including adapters, communication modules, processors, and input/output modules, all of which must be sourced from authorized distributors under Schneider Electric's Alliance Industrial Automation program. The requirement for brand-name hardware is justified by the need for compatibility and reliability across NASA's aerospace test facilities, ensuring operational continuity and efficiency. Interested vendors must submit their quotes by April 8, 2025, and can direct inquiries to Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
Replacement optical viewports for HYMETS
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure replacement optical viewports for the Hypersonic Materials Environmental Test System (HYMETS) at the Langley Research Center. The procurement involves acquiring new fused silica optical viewports to replace aging units that are critical for optical diagnostics, with specific requirements for quantities, configurations, and coatings, as well as the welding of threaded adapters. The urgency of this procurement is highlighted by the degradation of existing viewports and the need to meet operational requirements before funding expires on March 28, 2025. Interested vendors must submit their capabilities and qualifications in writing to Kimberlynn Lancaster at Kimberlynn.m.lancaster@nasa.gov by 4:00 p.m. Central Standard Time on April 8, 2025, to be considered for this sole source contract with MDC Precision LLC.
Evaluations, Assessments, Studies, Services, and Support (EASSS) 4
Buyer not available
The National Aeronautics and Space Administration (NASA) Langley Research Center is inviting proposals for the Evaluations, Assessments, Studies, Services, and Support 4 (EASSS 4) contract, aimed at providing essential evaluations and support for the Science Office for Mission Assessments (SOMA) and other designated NASA organizations. This procurement is structured as a small business set-aside competition under NAICS code 541715, with a Cost-Plus-Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) contract expected to span five years, with a total contract value ranging from $100,000 to $99.75 million. The selected contractor will be responsible for conducting various assessments, ensuring compliance with conflict of interest policies, and maintaining a Top Secret facility clearance, which underscores the critical nature of the services being sought. Proposals are due by April 28, 2025, and all inquiries should be directed to Sheryl Kopczynski at sheryl.c.kopczynski@nasa.gov by April 4, 2025.