Evaluations, Assessments, Studies, Services, and Support (EASSS) 4
ID: 80LARC24R0011Type: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA LANGLEY RESEARCH CENTERHAMPTON, VA, 23681, USA

NAICS

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

PSC

SUPPORT- PROFESSIONAL: PROGRAM EVALUATION/REVIEW/DEVELOPMENT (R410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 6:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Sep 27, 2024, 2:03 PM UTC
The primary objective of this procurement is to acquire evaluative services related to conflicts of interest (COI) management. The focus is on addressing organizational and personal COI scenarios that could arise during contract performance. The government seeks a contractor to impartially assess work products, proposals, and sensitive information while preventing unfair competitive advantages. The COI-related services are comprehensive, encompassing the identification, evaluation, and mitigation of COI risks. The contractor will be responsible for establishing procedures to screen and manage COI situations, both organizational and personal. This includes developing avoidance plans, training employees, and promptly reporting potential or actual COIs. Key tasks involve creating a mechanism for prompt notification of COI scenarios and providing detailed reports on their nature and potential impact. The contractor will work closely with the government to determine the appropriate actions to be taken in each case. The contract is expected to be firm-fixed-price, with potential task orders being issued. Offerors should be aware of the restrictions on future contracting, emphasizing the need to avoid biased judgment and unfair competitive practices. Important dates include the submission deadline for proposals and the anticipated contract commencement date. The evaluation of proposals will consider the offeror's understanding of COI scenarios and their ability to develop effective COI management procedures.
Sep 27, 2024, 2:03 PM UTC
NASA's Science Office for Mission Assessments (SOMA) seeks a contractor to provide objective evaluations, assessments, and studies for SOMA and other NASA departments. The primary focus is on staffing evaluation panels and conducting independent reviews of NASA missions and programs. This involves assessing scientific, technical, managerial, and financial aspects, as well as providing logistics and information support. The contractor will be responsible for ensuring the panels' smooth operation, including training evaluators, distributing materials, and maintaining COI compliance. Quick studies and assessments, limited to $100,000 in cost and 90 days in duration, are also part of the scope. NASA requires facilities and equipment clearance and compliance with export control laws. The contract aims to facilitate efficient and secure evaluation processes, enabling NASA to make well-informed decisions about its missions and programs. Key dates and contract details are pending, and evaluation criteria will be defined in individual task orders.
Mar 27, 2025, 9:05 PM UTC
The task order for NASA Contract 80LARC20D0007 outlines the requirements for planning the staffing and evaluations necessary for the Science Office for Mission Assessments (SOMA). The contractor is tasked with managing the Technical, Management, and Cost (TMC) evaluations, ensuring all evaluators meet specified qualifications while minimizing conflicts of interest (COIs). The project encompasses several evaluations requiring careful planning to align schedules and staffing capabilities over the designated period. Key objectives include maintaining a pool of qualified evaluators, conducting gate reviews to certify staff capabilities, and ensuring compliance with NASA's data handling policies. The contractor must also provide digital infrastructure for remote evaluations and perform regular reviews, including Planning Gate Reviews and Organizational COI Gate Reviews. Deliverables include staffing plans, evaluation reports, and resolution documents regarding potential COIs, with strict timelines set for submissions. The overall endeavor aims to support NASA's mission effectively while ensuring the integrity and quality of the evaluation processes.
Mar 27, 2025, 9:05 PM UTC
The document outlines instructions for offerors responding to a federal government Request for Proposals (RFP), specifically focusing on the pricing model. Key sections detail how to complete a variety of pricing tabs, including the Total Proposed Price, CPFF Labor Price, and summaries of indirect rates. Offerors must provide company names, labor costs across multiple categories, travel expenses, Other Direct Costs (ODCs), and indirect cost summaries including fringe benefits, overhead, and General & Administrative (G&A) expenses for a five-year contract, with an option to extend. Each pricing section requires thorough calculations, demonstrating compliance with the RFP's requirements. The document emphasizes the need for transparency and accuracy when inputting data, including subcontractor details and the total cost of contract performance, ensuring a clear overview of all costs involved for evaluation. This structured approach ensures a standardized submission process for government contracts, facilitating fair evaluations and maintaining budgetary accountability.
Mar 27, 2025, 9:05 PM UTC
The National Aeronautics and Space Administration (NASA) has issued a blackout notice concerning the Final Request for Proposal (RFP) number 80LARC24R0011, titled "Evaluations, Assessments, Studies, Services and Support 4" (EASSS 4). This contract intends to provide various support services to NASA's Science Office for Mission Assessments and other designated organizations. Effective immediately, all NASA personnel are to suspend communications with industry representatives regarding this acquisition until proposals are submitted and evaluated. This measure is to ensure fairness and integrity in the procurement process, as any unauthorized communication could lead to preferential treatment and compromise the acquisition's success. Personnel may only engage with prospective offerors on existing contracts unrelated to the EASSS 4 initiative. Compliance with this blackout notice is critical for equitable treatment of all bidders. The notice outlines specific contact points for information regarding the RFP, ensuring that responses to inquiries are uniform and do not confer an unfair advantage. The seriousness of the acquisition's sensitivity is emphasized, requiring strict adherence to these guidelines by all involved NASA employees.
Mar 27, 2025, 9:05 PM UTC
The document is a pre-award survey form assessing the accounting system of a prospective contractor for federal contract eligibility. It concludes with a recommendation for approval, coupled with a suggestion for a follow-up review after the contract award. The survey evaluates if the contractor’s accounting system aligns with Generally Accepted Accounting Principles and assesses key elements such as cost segregation, identification of direct costs, allocation methods, and the integrity of financial records. It also ensures the system provides necessary data for pricing future contracts and confirms the system's operational status. The objective of this evaluation is to ensure accountability and transparency in the contractor's financial practices, critical for federal procurement processes and compliance with the Federal Acquisition Regulation (FAR). The completion of this analysis is essential before contracts can be awarded, highlighting the government's rigorous standards for financial management in contracting.
Mar 27, 2025, 9:05 PM UTC
The Past Performance Questionnaire (PPQ) serves as an essential evaluation tool for assessing contractors' performance in relation to NASA's RFPs, focusing on their past work quality and compliance with contractual requirements. The PPQ includes sections that detail contract information, evaluator identification, and performance ratings, with specific guidelines for rating performance across various metrics such as program management, service quality, and cost controls. Contractors are instructed to have their past performance evaluated by their governmental or industry customers, with the emphasis on collaboration between technical and contractual representatives. Evaluators are tasked with rating the contractor's performance and the amount of work performed using defined metrics like Exceptional to Unsatisfactory. The document outlines how to collect and report evidence of past performance to ensure evaluative efforts contribute effectively to the source selection process. This comprehensive approach is crucial for ensuring informed decisions during procurement and reinforces the importance of transparency and performance assessment in federal contracting.
Sep 27, 2024, 2:03 PM UTC
The file 80LARC24R0011 EASSS 4 Sources seeks clarification on NASA's upcoming procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. NASA plans to award this contract for technical and analytical support services, primarily focusing on the Langley site. The work involves AI-related tasks and compliance with NASA's security and IT standards. Contractors may be required to submit Conflict of Interest (COI) plans at both the IDIQ and task order levels. The bulk of the work will be performed using NASA-provided IT equipment. NASA considers hosting an industry day and releasing a draft RFP. Key dates and further details are awaited, with the main emphasis on clarifying the procurement's scope and requirements.
Mar 27, 2025, 9:05 PM UTC
This document outlines the Performance Work Statement (PWS) for the Evaluation, Assessments, Studies, Services, and Support (EASSS 4) contract at NASA Langley Research Center, managed by the Science Office for Mission Assessments (SOMA). The contractor will provide objective evaluations, assessments, and studies for NASA's Science Mission Directorate (SMD) and other designated organizations. Key responsibilities include ensuring compliance with conflict of interest policies, maintaining a Top Secret facility clearance, and conducting evaluations of proposals related to Earth and space science investigations. The contractor will staff expert panels, provide independent cost estimates, and document findings in compliance with NASA procedures. Additionally, the contractor is tasked with conducting assessments and studies to analyze technical, management, cost, and schedule aspects of current and potential NASA investigations. They are required to furnish analysis tools, support logistics for meetings, and facilitate secure IT environments. Quick studies must be completed within 90 days and have a budget cap of $100,000. Furthermore, the contractor must adhere to federal records management regulations and ensure that all deliverables meet required compliance standards, emphasizing the need for thorough documentation and training in conflict of interest policies. This contract is crucial for maintaining NASA's operational effectiveness and scientific oversight.
Mar 27, 2025, 9:05 PM UTC
The document outlines the Contract Data Requirements Document (DRD) for the National Aeronautics and Space Administration (NASA) regarding the EVALUATIONS, ASSESSMENTS, STUDIES, SERVICES, SUPPORT 4 (EASSS 4) program. It specifies the data requirements to be delivered by the contractor, detailed through the Contract Data Requirements List (CDRL) and individual Data Requirements Descriptions (DRDs). Each DRD specifies the type, content, format, and submission protocol necessary for compliance. Key components include the classification of DRDs into three types: Type 1 (requiring prior approval), Type 2 (review within set periods), and Type 3 (no approval necessary). Major reports include monthly financial and progress reports, security requirements for IT resources, and various patent-related disclosures. A special emphasis is placed on maintaining data accuracy, proper documentation, and adherence to security protocols throughout the contract term. This document is vital for ensuring transparency, accountability, and compliance with federal regulations, enabling effective oversight of contractor performance and safeguarding sensitive information related to NASA’s projects. It reflects NASA's commitment to maintaining rigorous standards in contract execution and data management for technology and research initiatives.
Mar 27, 2025, 9:05 PM UTC
The document outlines the Task Order Schedule of Rates for federal RFPs, detailing labor categories and associated costs over five years. Key positions include Subject Matter Expert, Study Manager, Editor/Technical Writer, and Data/Task Integrator, with separate rate listings for the Prime Contractor and two subcontractors. It mandates the provision of significant subcontractor names and fully burdened labor rates for both prime and subcontractors, including applicable burdens. Additionally, it requires a Non-Labor Indirect Rate for each year accompanied by a defined allocation base. The rates are solely for estimating costs related to task orders, making transparency and accuracy in cost reporting critical. The document emphasizes the importance of clearly defined labor and non-labor rates to facilitate budgetary considerations and resource allocation in government contracting. Overall, it serves as a framework for cost estimation that ensures compliance with established federal guidelines.
Mar 27, 2025, 9:05 PM UTC
The document outlines the minimum qualifications for various labor categories required in a government contract. It specifies that all degrees must be from accredited institutions. Key positions include: 1. **Subject Matter Expert (SME)**: Requires extensive expertise through education or experience in a specialized field. 2. **Study Manager**: Needs a bachelor's degree in a related field and at least 5 years of experience managing complex technical tasks. 3. **Editor/Technical Writer**: Must possess 4 years of experience in technical writing and editing, alongside a bachelor's degree in communications or a related field. 4. **Data Task Integrator**: Requires 2 years of relevant experience and a bachelor’s degree in business management or a related area. This document is part of government RFPs and sets standards for qualifications to ensure candidates can competently fulfill roles in technical and scientific projects, thereby enhancing overall project success and compliance with federal and state guidelines.
Mar 27, 2025, 9:05 PM UTC
The document relates to technical issues encountered while attempting to access a specific government file concerning federal and state RFPs and grants. Users are guided to troubleshoot potential problems with accessing the content, particularly recommending the latest version of Adobe Reader. The context suggests that the document is part of an official communication aimed at ensuring stakeholders can successfully view and utilize government-related materials for federal contracts and grant opportunities. Without the ability to review the actual contents of the intended document, the primary purpose appears to focus on facilitating access to important government resources necessary for procurement and funding processes at various governmental levels.
Mar 27, 2025, 9:05 PM UTC
The document outlines requirements for contractor and subcontractor employees working with NASA, particularly regarding international travel tied to official business. It mandates counterintelligence briefings for personnel traveling to designated high-risk countries, including Russia, to mitigate risks related to foreign intelligence. Employees must schedule these briefings before and after travel, coordinating with NASA's Counterintelligence/Counter Terrorism office as needed. Additionally, travelers must obtain a country clearance through the Department of State's electronic clearance process, requiring an Advance Travel Notification Form at least 30 business days before departure. Training in Counter Threat Awareness is mandatory for all international travelers, while Foreign Affairs Counter Threat training is case-dependent. The document emphasizes the significance of adhering to health guidelines related to the travel destination and outlines NASA's policies on the use of IT devices during international travel. Overall, the requirements are structured to enhance security and ensure compliance with federal protocols for personnel engaged in NASA contracts, reinforcing the agency's commitment to safeguarding sensitive information while conducting official work abroad.
Mar 27, 2025, 9:05 PM UTC
NASA Langley Research Center (LaRC) has released a Request for Proposal (RFP) for Evaluations, Assessments, Studies, Services, and Support 4 (EASSS 4) aimed at providing support for the Science Office for Mission Assessments (SOMA) and other NASA divisions. This acquisition is set as a small business competition under NAICS code 541715, with a five-year contract for Cost-Plus-Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) services. The tentative contract award is expected by August 31, 2025, with an effective date of October 1, 2025. Offerors must possess a Top-Secret facility clearance and are advised of potential organizational conflicts of interest (OCI). Changes from the draft RFP include revised sections on costs, conflicts of interest, and improved proposal submission guidelines. Proposals are due by April 28, 2025, to be submitted electronically through NASA’s Enterprise File Sharing and Sync Box. All inquiries should be directed to the Contract Specialist by April 4, 2025. This RFP does not obligate NASA to contract or pay for proposal preparations. The document emphasizes the importance of following solicitation instructions and highlights recent enhancements based on previous feedback.
Mar 27, 2025, 9:05 PM UTC
The document outlines a Request for Proposals (RFP) for federal contracting, governed by the Defense Priorities and Allocations System (DPAS). It specifies the agreement's structural components, including submission protocols, offeror details, and the evaluation criteria for awards. The contract operates on an Indefinite Delivery, Indefinite Quantity (IDIQ) model with a minimum set value of $100,000 and a maximum of $99.75 million over five years, primarily covering NASA's Langley Research Center operations. Key sections detail supplier responsibilities, including providing required resources, compliance with security and identification protocols for contractors and foreign nationals, and the submission of periodic reports throughout the contract’s duration. The contractor must ensure adherence to federal regulations, especially regarding potential conflicts of interest, workforce compliance, and proper reporting mechanisms. Additional components, such as special contract requirements, emphasize safety, cybersecurity training, and travel regulations outside the U.S. This comprehensive framework reflects the government's commitment to transparency, security, and the effective management of taxpayer resources in procurement processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the 5X Mission Assurance Support Services Recompete, aimed at providing specialized technical engineering services at the Jet Propulsion Laboratory (JPL) in La Canada Flintridge, California. This procurement is a total small business set-aside under NAICS code 541715, focusing on areas such as reliability engineering, quality assurance, and environmental assurance, with the intent to award multiple subcontracts for staff augmentation and task-based services. The selected contractors will play a crucial role in supporting JPL's in-house projects and missions, ensuring compliance with stringent safety and environmental standards. Proposals are due by April 18, 2025, with further inquiries directed to Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or by phone at 818-354-1623.
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.
Final Request for Quote for Occupational Health Support Services III (OHSS III)
Buyer not available
The National Aeronautics and Space Administration (NASA) Langley Research Center is soliciting quotes for Occupational Health Support Services III (OHSS III) under an 8(a) set-aside competition aimed at small businesses. The primary objective of this procurement is to establish a comprehensive Occupational Health Program that aligns with the requirements outlined in the Performance Work Statement (PWS) for NASA LaRC in Hampton, Virginia. This contract will encompass core services delivered through a Firm-Fixed Price (FFP) structure, with a potential performance period of up to five years, including a 30-day transition period. Interested offerors must submit their proposals by May 6, 2025, at 2:00 PM EST, and are encouraged to direct inquiries to Natasha King at larc-ohss3@mail.nasa.gov. The anticipated award date is July 31, 2025, with the contract effective from September 1, 2025.
Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to issue a Draft Request for Proposal (DRFP) for the Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II contract at the Marshall Space Flight Center in Huntsville, Alabama. This contract will focus on various program planning and control requirements, including integration, program analysis, earned value management, cost estimating, scheduling, and risk analysis, along with subject matter expert support for strategic planning and project reviews. The anticipated release date for the DRFP is around April 24, 2025, followed by the Request for Proposal (RFP) on or about June 6, 2025, with all responsible sources encouraged to submit offers. Interested parties should direct any questions to Charlene Booth at charlene.c.booth@nasa.gov by May 6, 2025, and monitor SAM.gov for updates on the solicitation.
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.
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.
FY25 KSC Pointwise Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the acquisition of Pointwise Fidelity software from Cadence Design Systems, Inc., as part of the FY25 KSC Pointwise Renewal project. This procurement involves acquiring two units of the software, which is essential for NASA's operations at the Kennedy Space Center in Florida, with a contract performance period from July 1, 2025, to June 30, 2026. The RFQ emphasizes the importance of open competition and compliance with federal regulations, ensuring that all offerors are registered in the System for Award Management (SAM) and adhere to various legal provisions. Interested parties must submit their quotations by April 14, 2025, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
NASA Environmental and Medical Contract (NEMCON) IDIQ Ceiling Increase
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to increase the indefinite-delivery indefinite-quantity (IDIQ) ceiling for the NASA Environmental and Medical Contract (NEMCON) to better meet its operational needs. This modification will involve a sole-source acquisition from HSG, LLC, due to their specialized capabilities in environmental and medical services that are critical for NASA's space and aeronautical missions. The increase in the IDIQ ceiling is necessary to accommodate rising demands and ensure the continuity of essential services, following a comprehensive evaluation of the contractor's past performance and technical proficiency. Interested organizations are invited to submit their capabilities and qualifications to Contracting Officer Anthony Islas via email by 3:30 PM Eastern Time on April 15, 2025, for consideration in this procurement process.
VA One Software Maintenance & Support/Lease.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to renew its software maintenance and support lease for the VA-One software package, which is critical for various flight projects at the Goddard Space Flight Center (GSFC). The procurement involves a sole source contract with ESI North America Inc., the only vendor capable of providing the necessary licensing, technical enhancements, and support for the VA-One acoustic analysis software. Timely renewal of the software licenses is essential to prevent potential delays in project timelines and ensure uninterrupted operations within the agency. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 12:00 p.m. Eastern Standard Time on April 14, 2025, to be considered for this procurement.
HYDROSPHERE, BIOSPHERE, & GEOPHYSICS (HBG) SUPPORT SERVICES II - DRAFT REQUEST FOR PROPOSAL (DRFP)
Buyer not available
The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking proposals for the Hydrosphere, Biosphere, and Geophysics (HBG) Support Services II, as outlined in a Draft Request for Proposal (DRFP). This procurement aims to enhance scientific research and technological development related to Earth sciences, focusing on critical societal issues such as water resources, ecosystem health, and climate change. The contract will be structured as a Cost-Plus-Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, with a five-year ordering period, and is set aside for small businesses. Interested parties are encouraged to submit comments on the draft solicitation by the specified deadlines, with the final RFP expected to be released in May 2025 and contract awards anticipated by October 2025. For further inquiries, potential offerors may contact Cassandra K. Moore or Michelle Padfield via their provided emails.