RS Means Online
ID: 80NSSC25899927QType: Special Notice
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
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, 6:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 4:05 PM UTC
The document outlines a Statement of Work detailing specific requirements for a government procurement related to FedRAMP products. It specifies the need for two distinct offerings: FedRAMP Name Users Complete Plus, which includes all datasets and predictive data, and a FedRAMP Concurrent Complete Plus, providing support for one concurrent user along with up to ten named users. A total of 4 units of the first product and 7 units of the second are requested. The place of performance is not specified, but the period of performance for this contract is set for one year after receipt of order (ARO). This RFP reflects the government's ongoing commitment to enhancing data management and analysis capabilities in compliance with federal standards.
NASA/NSSC is planning to issue a sole source contract to THE GORDIAN GROUP, INC. for RS Means Online services under FAR 13.106-1(b)(1)(i). THE GORDIAN GROUP is recognized as the sole provider for this requirement. The procurement will be managed by NASA’s Marshall Space Flight Center, with efforts compliant with FAR Parts 12 and 13 for acquiring commercial items and services. The relevant NAICS Code is 513210. Interested organizations are invited to submit their qualifications in writing by 1 p.m. CST on April 7, 2025, to inform the decision on whether to pursue competitive procurement. The government reserves the right to determine the necessity for competition based on submitted responses, and inquiries must be in writing; oral communications are not acceptable. The point of contact for this acquisition is Cara Craft, with an applicable ombudsman clause provided for additional guidance. This notice illustrates NASA’s approach to contract management, emphasizing transparency and the evaluation of potential providers.
Apr 1, 2025, 1:05 PM UTC
The document outlines a Request for Quotation (RFQ) from NASA for RS Means Online, detailing the procurement process. The solicitation includes several key sections: Statement of Work/Bid Schedule, Instructions to Offerors, Solicitation Provisions, Clauses/Terms and Conditions, and Quote Evaluation Criteria. It specifies that the requirement is brand name, and submissions must include details such as CAGE code, FOB destination, and lead time. Quotes are due by April 8, 2025, with stipulations regarding late submissions. Only small businesses registered at www.sam.gov may qualify, and certain telecommunications provisions must be completed. The document highlights various compliance requirements, including representations and certifications related to business ownership, taxes, labor laws, and the use of certain technologies, with a focus on regulations governing federal contracts. Overall, this RFQ emphasizes NASA’s commitment to transparent procurement while ensuring compliance with federal regulations and encouraging small business participation in federal projects.
Lifecycle
Title
Type
RS Means Online
Currently viewing
Special Notice
Combined Synopsis/Solicitation
Similar Opportunities
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.
Visual Planning Software in support of the FY25 Spaceport Scheduling Project.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide Visual Planning Software in support of the FY25 Spaceport Scheduling Project. The procurement includes a one-year on-premise subscription for various user licenses, along with comprehensive consulting and training services aimed at enhancing operational capabilities at the Kennedy Space Center. This software is critical for efficient schedule management, conflict elimination, and integration with existing systems, ensuring continuity and efficiency in NASA's operations. Quotes are due by April 16, 2025, with the performance period expected to commence on July 1, 2025. Interested vendors must demonstrate authorization as a reseller of the Visual Planning software and can contact Laura Quave at laura.a.quave@nasa.gov for further information.
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.
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.
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.
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.
ATOM-5 Additional Option Years and POP Extension
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the contract for ground-based aerospace testing and facilities operations and maintenance services, specifically for projects such as the Sensor and Thermal Protection System Advanced Research (STAR) Lab, Orion Multi-purpose Crew Vehicle (MPCV), and Artemis. This opportunity involves a sole source contract with Amentum Technology, LLC, for an additional 24-month period of performance, or two 1-year option periods, extending the current contract 80ARC022DA001, which is structured as an Indefinite Quantity/Indefinite Delivery contract. Interested organizations are invited to submit their capabilities and qualifications to the Contracting Officer, Jeanne Chun, via email by 3:00 PM Pacific time on April 22, 2025, to determine if the acquisition will be conducted on a competitive basis. The Government's decision regarding competition will be at its discretion, and further details can be found in the applicable NASA Clause 1852.215-84, Ombudsman.
Transition and Mentoring on the Analysis of TIMED/SABER data
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure transition and mentoring services for the analysis of TIMED/SABER data, with a focus on supporting the new SABER science team at the Goddard Space Flight Center in Greenbelt, Maryland. The primary objective of this procurement is to provide substantial mentoring on SABER algorithms and the full dataset, ensuring the new team, including the new Principal Investigator, is well-equipped for the validation of Version 3 of the SABER dataset. This initiative is critical for enhancing the team's capacity to effectively utilize and validate the SABER data, which is integral to NASA's ongoing research efforts. Interested organizations must submit their capabilities and qualifications in writing to the primary contact, Felecia Lorraine London, at Felecia.l.london@nasa.gov by 3:00 p.m. Eastern Standard Time on April 16, 2025, to be considered for this sole source contract with SPACE ENVIRONMENT TECHNOLOGIES, LLC.
Purchase and Services to Upgrade Aeronautic Research Collaboration Rooms (Building 17)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking bids for the purchase and services required to upgrade aeronautic research collaboration rooms in Building 17, specifically targeting enhancements to conference rooms 201 and 202, as well as repurposing room 214. The project aims to improve hybrid meeting capabilities by installing advanced audio-visual systems, including a 4K wireless presentation system, camera and sound systems, and necessary furniture upgrades, while ensuring compliance with NASA's IT, safety, and energy efficiency standards. This initiative reflects NASA's commitment to fostering collaborative work environments that adhere to federal regulations. Interested contractors must submit their quotes by April 16, 2025, and can direct inquiries to Tessa Martinez at tessa.m.martinez@nasa.gov or by phone at 12288136962.
Human Health and Performance Contract 2 (HHPC2)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Human Health and Performance Contract 2 (HHPC2), aimed at enhancing crew health, safety, and productivity in support of human spaceflight activities. This procurement will involve compliance with a range of technical and operational standards, including rigorous performance evaluations and adherence to applicable documents related to human health and performance within aerospace contexts. The contract, structured as a Cost-Plus-Award-Fee (CPAF) arrangement, is set to commence on November 1, 2025, and will primarily take place at NASA's Johnson Space Center in Houston, Texas. Interested parties should direct inquiries to primary contact Yaranet Marquez at yaranet.marquez-1@nasa.gov or secondary contact Joseph Ocampo at joseph.t.ocampo@nasa.gov, with the final Request for Proposal (RFP) expected around December 6, 2024.