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
CONCEPTS NREC Agile Annual Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) intends to issue a sole source contract for the annual renewal of technical, maintenance, and upgrade support for the Concepts NREC Agile Products, a suite of integrated turbomachinery design software. This procurement is critical for ensuring the software remains functional and up-to-date to meet the operational needs of the Marshall Space Flight Center (MSFC), thereby facilitating ongoing improvements in turbomachinery design. Interested organizations are invited to submit their capabilities and qualifications by 2:00 PM Central Standard Time on April 28, 2025, to determine if competitive procurement is feasible, with Laura Quave serving as the primary point of contact for inquiries at laura.a.quave@nasa.gov or 228-813-6420.
FY25 AVEVA Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its AVEVA software licenses for the fiscal year 2025, with a focus on maintaining operational efficiency at the Glenn Research Center (GRC). The procurement involves a sole source contract with Q MATION INC for the renewal of various software licenses, including a Standard Level AVEVA Customer FIRST Agreement and the Win911 Pro Subscription, along with converting certain perpetual licenses into subscription-based services. This renewal is critical for ensuring continued access to software upgrades, technical assistance, and management tools necessary for NASA GRC's daily operations. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on April 29, 2025, to be considered for this procurement.
DFMPro for Creo
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of DFMPro software, specifically three user-based licenses, along with installation and training support at the Kennedy Space Center. The objective of this procurement is to enhance design for manufacturability capabilities within NASA's engineering teams, thereby promoting innovation and efficiency in their technological practices. The performance period is set from May 12, 2025, to May 11, 2026, with quotes due by April 30, 2025. Interested vendors must register at SAM.gov and comply with federal regulations, with the procurement set aside for small businesses; for further inquiries, contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136.
Bravium Best Practice Engine (BPE) and Bravium Upgrade Assistant (BUA) Co-termed Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its sole source contract with Carahsoft for the Bravium Best Practice Engine (BPE) and Bravium Upgrade Assistant (BUA), which are critical third-party plugins for the ServiceNow platform utilized by the NASA Shared Services Center (NSSC). The renewal, which spans five years starting June 4, 2025, aims to maintain essential functionalities such as automated code reviews, quality checks, instance governance, and upgrade management, thereby preventing potential service disruptions and the need for complex reverse-engineering of custom applications. Interested parties may submit their qualifications by 4:00 p.m. CST on April 29, 2025, to encourage the government to consider a competitive procurement process, with all inquiries directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
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.
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.
Astronaut Crew Rescue Services
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for Astronaut Crew Rescue Services, aimed at enhancing safety protocols during Commercial Crew Program (CCP) missions. The procurement focuses on establishing a comprehensive rescue capability that includes real-time communication, astronaut retrieval, and medical care during critical phases such as launch, free flight, and landing. This initiative is vital for ensuring astronaut safety and operational reliability, as it addresses the need for effective emergency response strategies in space exploration. Interested firms are encouraged to submit capability statements by May 23, 2025, to the primary contacts, Ricardo Santos-Concepcion and Joshua Klein, at their respective NASA email addresses.
AthenaHealth Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to renew various AthenaHealth and Medical Office Technologies software to support its medical operations from August 1, 2025, to July 31, 2026. The procurement includes 44 concurrent user licenses for athenaFlow EMR software, annual maintenance, and additional services such as medication management, e-prescribing, patient portals, and help desk support, reflecting NASA's commitment to maintaining efficient medical capabilities. Interested bidders must submit their qualifications, including a CAGE Code and compliance with federal regulations, by April 28, 2025, to be considered for this firm fixed-price contract. For further inquiries, interested parties can contact Cara Craft at cara.s.craft@nasa.gov.
Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide Consolidated Program Support Services (CPSS) under the Program Planning & Control (PP&C) II contract at the Marshall Space Flight Center in Huntsville, Alabama. The procurement aims to source personnel for essential PP&C services, including program analysis, earned value management, cost estimating, scheduling, and risk integration, with a focus on enhancing NASA's project planning and execution capabilities. This competitive acquisition will result in a single-award indefinite-delivery, indefinite-quantity (IDIQ) contract, with proposals due approximately 30 days after the anticipated release of the final Request for Proposal (RFP) on June 6, 2025. Interested parties are encouraged to submit comments on the Draft Request for Proposal by May 6, 2025, and can contact Charlene Booth at charlene.c.booth@nasa.gov for further information.
Request for Information - NASA Enterprise Grounds Maintenance, Custodial, and Pest Control Services
Buyer not available
The National Aeronautics and Space Administration (NASA) is issuing a Request for Information (RFI) to identify potential vendors for Grounds Maintenance, Custodial, and Pest Control services across various NASA facilities, including the Ames Research Center, Johnson Space Center, and Kennedy Space Center. The objective is to consolidate these services into one or several enterprise-wide contracts to enhance procurement efficiency and standardization, ultimately improving management across NASA locations. Interested vendors, particularly small businesses, are invited to submit capability statements demonstrating their experience in these service areas by May 2, 2025, with an industry day planned for further discussion of the requirements. For additional information, vendors may contact Kaitlyn Besanson at kaitlyn.besanson@nasa.gov.