Transcription Services
ID: 80NSSC25907622QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Legal Services (541199)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking proposals for transcription services through a contract managed by the NASA Shared Services Center. The primary objective is to provide certified transcription for recorded interviews and legal proceedings, requiring transcribers with significant experience or certification from the American Association of Electronic Reporters and Transcribers (AAERT). This service is crucial for ensuring accurate and timely documentation of investigative materials within federal operations, adhering to strict confidentiality and formatting standards. Interested vendors must submit their quotes by July 8, 2025, referencing tracking number 80NSSC25907622Q, and should direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Office of Inspector General's Office of Investigations (OI) is seeking certified transcription services for recorded interviews essential for judicial and administrative proceedings. The contractor must securely receive audio files and provide transcriptions for interviews conducted across NASA facilities. Key requirements include having certified transcribers with at least four years of federal court experience, understanding legal terminology, and the ability to produce high-quality transcriptions rapidly. Deliverables must adhere to Federal Courts Format and guarantee confidentiality. The contractor is expected to provide clear communication and rapid error corrections without additional charges. The contract will begin on July 1, 2025, and includes several option periods extending until June 30, 2030. Overall, this solicitation emphasizes the need for accurate, secure, and timely transcription of critical investigative materials within the framework of government operations.
    The NASA Office of Inspector General (OIG) is soliciting proposals for a contract focused on transcription services, primarily for interviews and legal proceedings. The contract will be a singular award, replacing an expiring contract. Key requirements include that transcribers must have extensive experience or certification from the American Association of Electronic Reporter and Transcribers (AAERT). Transcriptions will primarily be provided in various digital audio formats, including MP4, WMA, and MPEGs. Submitted transcripts are to be delivered electronically in PDF format with digital signatures, eliminating the need for hard copies. The formatting requirements specify 25 lines per page, and while a sample transcript is available for reference, no pricing matrix is provided. Feedback inquiries regarding delivery timelines clarify that these are measured in business days. The response also indicates that the solicitation does not target HUBZone small businesses and denies requests for extensions on bid submissions. The document maintains an objective tone focused on technical qualifications and compliance with transcription standards intended for federal government operations.
    The document outlines the Request for Quotation (RFQ) for a brand name or equal requirement under NASA, with quotes due by July 8, 2025. Vendors must include specific information such as CAGE/UEI codes, lead times, and points of contact when submitting their bids, referencing the tracking number provided. The procurement is reserved for small businesses, and offerors must be registered in the System for Award Management (SAM) to be eligible for award. Key contractual provisions include compliance with federal acquisition regulations, especially regarding telecommunications and video surveillance equipment. The offerors must make various certifications related to ownership, tax compliance, and adherence to labor standards. The RFQ stresses that all bids should meet the required specifications and include necessary representations and certifications. Moreover, the document contains clauses related to export licenses, contractors’ responsibilities regarding child labor, and prohibitions on contracting with companies engaging in sanctioned activities. Ensuring compliance with federal laws and regulations throughout the procurement process is emphasized. This RFQ exemplifies the structured approach taken by government entities to foster competitive bidding while ensuring compliance with legal and regulatory standards.
    Lifecycle
    Title
    Type
    Transcription Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    NRESS III RFP 80HQTR26R0002
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is soliciting proposals for the NASA Research and Education Support Services (NRESS) III under Solicitation No. 80HQTR26R0002. This procurement aims to provide professional and IT support services essential for NASA's peer review program, as well as research, education, and outreach initiatives that facilitate participation in NASA's research programs. The contract, valued at an estimated maximum of $365 million, will be a Cost-Plus-Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) arrangement with a five-year ordering period, commencing on December 1, 2026. Interested parties must submit their proposals by January 30, 2026, and direct any inquiries to Chanda Cannon at Chanda.M.Cannon@nasa.gov or Maikeyza Brown at maikeyza.brown-1@nasa.gov.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    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.
    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.
    Unison Software Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its Unison Software license, specifically the FY25 Unison CE TruePlanning Software, which is critical for cost engineering at the Johnson Space Center (JSC) in Houston, Texas. This procurement involves a sole-source contract with Unison Cost Engineering LLC, as they are the exclusive provider of this software, which includes various components, catalogs, and parametric models necessary for effective cost management. The contract period for this renewal is set from March 1, 2026, to February 28, 2027, and will incorporate specific clauses regarding the use of Artificial Intelligence (AI) technologies during contract performance. Interested organizations are invited to submit their capabilities by 1 p.m. CST on December 18, 2025, to Cara Craft at cara.s.craft@nasa.gov for evaluation, with the government retaining discretion on whether to proceed competitively.
    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.
    Chamber Services for decompression sickness testing of exercise countermeasures.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to exercise countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920179Q-1. The procurement involves hypobaric chamber services to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which aims to assess decompression sickness risk during extravehicular activities (EVAs). Facilities must demonstrate proven capabilities in conducting pilot chamber tests, subject recruitment, and data collection, while adhering to strict medical monitoring and safety protocols. Interested vendors should contact Shanna Patterson at shanna.l.patterson@nasa.gov and reference the tracking number in their submissions, as the procurement is firm fixed price and does not allow payment by credit card.