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
    Description

    The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) has announced the cancellation of the solicitation for the Evaluations, Assessments, Studies, Services, and Support 4 (EASSS 4) contract, originally designated under RFP number 80LARC24R0011. This contract was intended to provide various support services to NASA's Science Office for Mission Assessments and other designated organizations, focusing on evaluations and assessments critical to NASA's scientific missions. Due to uncertainties surrounding future budget allocations, NASA has decided not to proceed with the procurement, and no awards will be made. Interested parties are encouraged to monitor SAM.gov for future opportunities, and inquiries can be directed to Sheryl Kopczynski or Rich Cannella via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Dual Administrative Support Services (DASS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to consolidate contract requirements for administrative support services under the Dual Administrative Support Services (DASS) contract at the NASA Stennis Space Center. This procurement aims to combine the administrative services previously required for the Marshall Space Flight Center (MSFC) with the DASS contract, as determined necessary and justified by NASA and concurred by the Small Business Administration (SBA). The administrative services are crucial for supporting NASA's operations and ensuring efficient management of resources. Interested parties can reach out to Rachel Clayton at rachel.clayton@nasa.gov or 228-688-2822, or Belfield Collymore at belfield.c.collymore@nasa.gov or 228-688-1631 for further details regarding this opportunity.
    Safety and Mission Assurance Services (SMAS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.
    JOFOC For the Enterprise Applications Service Technologies EAST2 Contract, NNX16MB01C
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for the Enterprise Applications Service Technologies (EAST2) Contract, identified by the contract number NNX16MB01C. This procurement focuses on IT and telecom business application development support services, which are critical for enhancing NASA's operational efficiency and service delivery. The contract will involve labor services that support the development and maintenance of enterprise applications, underscoring the importance of robust IT solutions in NASA's mission. Interested vendors can reach out to Christy Moody at christy.r.moody@nasa.gov for further details regarding this opportunity.
    NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) NASA INFORMATION TECHNOLOGY PROCUREMENT OFFICE (ITPO) JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOFOC) For the Enterprise Applications Service Technologies (EAST) 2 Contract, NNX16MB01C
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to extend the Enterprise Applications Service Technologies (EAST) 2 contract, NNX16MB01C, through a Justification for Other Than Full and Open Competition (JOFOC). This action aims to increase the contract ceiling by $150 million and extend the period of performance by 12 months, with an option for an additional six-month extension, to ensure continued support for critical IT and telecom business application development services. The modification will be awarded as a sole source contract to the current prime contractor, Science Applications International Corporation (SAIC), with the new contract period extending through June 30, 2024. For further inquiries, interested parties may contact Christy Moody at christy.r.moody@nasa.gov.
    SNA Software LLC. Limited Source Justification
    National Aeronautics And Space Administration
    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.
    RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is set to release its annual Research Opportunities in Space and Earth Sciences (ROSES) – 2025 solicitation around July 10, 2025. This comprehensive announcement will encompass various program elements, each with distinct due dates and topics, aimed at supporting a wide range of basic and applied research in space and Earth sciences. Proposals may be submitted by a diverse array of organizations, including domestic and foreign entities, with awards typically ranging from under $100K to over $1M per year, depending on the scope of the proposed work. Interested parties should register with NSPIRES and Grants.gov, and are encouraged to submit notices of intent by August 11, 2025, with full proposals due no earlier than September 8, 2025. For further inquiries, contact Max Bernstein at sara@nasa.gov or call 202-358-0879.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    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.
    Next Space Technologies for Exploration Partnerships -3 (NextSTEP-3) Omnibus
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is initiating the Next Space Technologies for Exploration Partnerships-3 (NextSTEP-3) Omnibus, aimed at fostering partnerships to advance technologies for human space exploration, particularly for lunar and Mars missions. This initiative invites proposals for studies, research, and technology development that align with NASA's Moon to Mars exploration strategy, with a focus on enabling long-term human presence throughout the solar system. The Omnibus is effective from September 27, 2024, to September 26, 2029, and will issue specific solicitations through BAA Appendices detailing research opportunities, eligibility criteria, and funding ranges, with awards potentially starting below $100K and exceeding several million dollars based on project scope. Interested parties can reach out to the NASA ESDMD Moon to Mars Program Office at HQ-NextSTEP-BAA@mail.nasa.gov for further information.
    Research Opportunities for International Space Station (ISS) Utilization
    National Aeronautics And Space Administration
    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.