This document, titled "Security Requirements for Unclassified IT Resources," outlines the mandatory IT security and Cyber Supply Chain Risk Management (C-SCRM) requirements for contractors working with NASA. It mandates adherence to federal regulations like FISMA 2014 and NIST publications for both federal and non-federal systems handling NASA information. Contractors must submit IT security plans, C-SCRM plans, and certifications for non-federal systems, with specific submission frequencies. Key requirements include immediate incident reporting, designating an IT security point of contact, and ensuring all employees complete annual IT Security Awareness Training and role-based training. The document also details annual reporting for employees in sensitive positions and emphasizes maintaining up-to-date security documentation to ensure the integrity and confidentiality of NASA's unclassified IT resources.
The provided document, a "Total Price Summary," outlines the required template for prime offerors submitting proposals for federal government RFPs, federal grants, or state/local RFPs. It details the breakdown of costs across various Contract Line Item Numbers (CLINs) for a firm-fixed price contract. The template includes sections for direct labor hours (prime and subcontractor), fully burdened labor dollars, material costs, and other direct costs, culminating in a total price for each CLIN. Offerors are instructed to provide detailed calculations and explanations for all values in attachments, emphasizing that information not directly supporting government attachments could impact price volume evaluation. The document also allows for the addition or deletion of CLINs and subcontractors as necessary, indicating its flexibility while maintaining strict reporting requirements for price transparency and evaluation by the government agency.
Attachment F outlines the process for setting up and using a Box account to submit proposals to NASA, specifically for federal government RFPs. Individuals responsible for proposal submission must either create a new Box account or use an existing one. New users need to visit box.com, sign up for a free individual account, and verify their email. After account creation, users must log in to confirm activation and then email the NASA RFP Points of Contact with their email address, full name, and confirmation of US Person status. NASA will then create and share a folder, requiring the individual to set up two-factor authentication and accept terms of service. Finally, proposal files are to be uploaded to this shared folder. The document emphasizes that proposals are only accepted via Box, not email, and advises offerors to familiarize themselves with Box's technical requirements and support resources.
The document outlines the Security Requirements for Unclassified IT Resources related to a federal contract (Solicitation No. 80GRC025R7013) issued by the Office of the Chief Information Officer (OCIO). Its primary purpose is to ensure compliance with IT security reporting, particularly regarding Cyber Supply Chain Risk Management (C-SCRM).
Key points include requirements for contractors to submit various security plans, including Information System Security and C-SCRM plans, as well as necessary training for employees accessing NASA information. Contractors must maintain accreditation for non-federal systems and report incidents involving NASA data promptly.
Each contractor must appoint an IT Security Point of Contact and ensure annual completion of IT Security Awareness Training. The document emphasizes adherence to established security standards as per federal guidelines and mandates that non-federal systems follow NIST guidelines for data protection.
Additionally, contractors are required to maintain updated systems documentation and certifications, responding promptly to changes in security protocols. Overall, the document serves to safeguard sensitive information related to NASA and outlines specific obligations contractors must fulfill to secure IT operations under the contract.
The document outlines the Total Price Summary template required from prime offerors in response to government RFPs. Its primary purpose is to provide a structured format for detailing the total proposed costs associated with each specified Contract Line Item Number (CLIN). Offerors must include their calculations and explanations for values presented in attachments, emphasizing the necessity for transparency and accuracy in the price volume. The template requires information on direct labor hours, which includes details from both the prime contractor and any subcontractors, fully burdened labor dollars, material costs, and other direct expenses. Notably, flexibility is granted for offerors to adjust CLINs and subcontractor inputs as needed. This thorough documentation ensures that NASA can evaluate price proposals comprehensively, reflecting a critical aspect of government contracting procedures and fiscal governance in projects.
The document outlines the procedure for setting up a Box account for submitting proposals to NASA as part of its RFP process. Individuals responsible for proposal submission must create a Box account if they don’t have one. The process includes visiting the Box website, signing up for a free account, and verifying the email. Upon account creation, individuals must log in and confirm this with designated NASA RFP Points of Contact, providing their email and confirming US Person status. NASA will then create a collaboration folder for the individual to upload proposals, which must not be submitted via email. Users are advised to familiarize themselves with Box’s technical requirements and troubleshooting resources. Finally, any issues during account setup should be promptly reported to NASA contact points. This document ensures compliance with submission protocols for federal grants and RFPs, highlighting the importance of secure and organized submission processes.
NASA has officially canceled the solicitation for the 10-Kilowatt Closed Brayton Cycle (CBC) Power Conversion System (PCS) Prototype for Fission Surface Power (RFP: 80GRC025R7013), effective August 7, 2025. This decision was made because NASA determined it was in their best interest not to make an award, opting instead to reexamine their requirements and acquisition strategy. Industry is encouraged to monitor SAM.gov for future opportunities from the Glenn Research Center. The cancellation notice, issued by Contracting Officer Linda M. Nabors, expresses appreciation for the interest shown in doing business with NASA.
NASA's Glenn Research Center (GRC) is soliciting proposals (RFP #80GRC025R7013) for the design, build, and testing of a 10-Kilowatt Closed Brayton Cycle (CBC) Power Conversion System (PCS) Prototype for Fission Surface Power. The goal is to develop a new 10kW electrical CBC PCS to inform future space fission power systems for lunar and Martian environments, building on technology advancements since the 1970s. The scope includes designing, analyzing, building, testing, and delivering a CBC PCS unit, control electronics, and a working fluid management system. Key requirements include a turbine inlet temperature of 1100-1200 K, 10 ± 0.5 kW electrical power output, an inert gas working fluid, 10-year maintenance-free bearings, and at least 22% thermal-to-electric efficiency. Deliverables include a performance verification plan, operating instructions, manufacturing drawings, 3D CAD models, and comprehensive electronics documentation. The contract outlines payment procedures, capital asset acquisition rules, and various clauses related to export control, funds limitation, reporting, and safeguarding covered contractor information systems.
NASA Glenn Research Center (GRC) issued Request for Proposal (RFP) No. 80GRC025R7013 for the design, manufacture, and testing of a 10-Kilowatt Closed Brayton Cycle (CBC) Power Conversion System (PCS) Prototype for Fission Surface Power. This is a full and open competition under NAICS code 541715, with a small business size standard of 1,000. The resulting Firm-Fixed Price contract will have a 19-month performance period, with an anticipated award and effective date of September 29, 2025. Proposals are due by 5:00 PM EDT on August 20, 2025, and must be submitted via NASA Box. Offerors require a CAGE code and must contact the Contracting Officer at least 7 days prior to the deadline to facilitate Box account setup. All questions must be submitted in writing by 5:00 PM EDT on July 31, 2025, to Linda M. Nabors and Hunter C. Butkovic.
The NASA Glenn Research Center has issued RFP #80GRC025R7013 for the design, construction, and testing of a 10-kilowatt Closed Brayton Cycle (CBC) Power Conversion System (PCS) prototype suitable for use in lunar and Martian environments. This initiative aims to develop a modern power conversion system to meet anticipated future power demands for space missions involving nuclear electric propulsion.
The Statement of Work outlines the project's objectives including: the design of a CBC system capable of producing 10 kW of electrical power, verification of operational parameters such as efficiency and thermal management, and ensuring a path for future spaceflight capability. Key requirements involve specific performance metrics, material specifications, and integration capabilities with testing facilities.
Contractors are expected to submit proposals by August 20, 2025, while the entire project is scheduled for completion by the end of fiscal year 2025. Emphasis is placed on compliance with safety standards, performance verification, and design considerations that facilitate future use in space missions. This RFP represents a significant step toward advancing technologies required for sustained extraterrestrial power generation.
NASA's Glenn Research Center issued a Request for Proposal (RFP) for the design, manufacture, and testing of a 10-Kilowatt Closed Brayton Cycle Power Conversion System (PCS) prototype aimed at informing spaceflight fission power systems. This competitive acquisition, designated Solicitation No. 80GRC025R7013, will be conducted as a full and open competition under NAICS code 541715, with a small business size standard of 1,000 employees. A firm-fixed price contract is anticipated, with a period of performance lasting 19 months, starting on September 29, 2025. Proposals must be submitted electronically via NASA Box by August 20, 2025, and inquiries should be directed to the designated contracting officers by July 31, 2025. All respondents must possess a matching CAGE code, and specific electronic submission guidelines must be adhered to assure proper processing. NASA emphasizes confidentiality and protection of sensitive data throughout the proposal process and clarifies that participation does not guarantee contract awards or compensation for proposal preparation.