The provided Statement of Work outlines the requirements for acquiring a Neev Content Suite for an AMT Medium SAP system. The contract specifies a quantity of one and designates Stennis Space Center (SSC) as the place of performance. The period of performance is set from December 1, 2025, to December 1, 2027. A significant aspect of this document is the inclusion of two key Artificial Intelligence (AI) requirements: "Use of Artificial Intelligence (AI) During Contract Performance (SEP 2025)" and "Artificial Intelligence (AI) Acquisitions (SEP 2025)." These clauses mandate contractors to disclose AI technology use and outline additional requirements for contracts involving covered AI systems or services, as defined by OMB memo M-25-22.
The National Aeronautics and Space Administration (NASA) Shared Services Center recommends a brand name justification for Neev Content Suite for SAP, specifically the Neev Archive Migration Toolkit. This recommendation is based on the toolkit's unique compatibility with both SAP S/4HANA and the legacy PBS product, ensuring seamless data migration and business continuity. The estimated period of performance is from December 1, 2025, to December 1, 2027. Using an alternative vendor or brand would risk loss of critical financial data, place the system in an out-of-support condition, cause significant schedule delays, and lead to increased costs due to compatibility issues and the need for extensive data conversion. This justification aims to mitigate technical risks, reduce migration complexity, and ensure compliance with SAP requirements.
This document is a Request for Quotation (RFQ) 80NSSC26922472Q from NASA for the Neev Content Suite for SAP Renewal. It is a brand-name requirement set aside for small businesses, with a NAICS Code of 513210. Quotes are due by January 5, 2026, at 8 a.m. CT to Stephanie Graham (Stephanie.n.Graham@nasa.gov) and must remain valid for 30 days. Technical questions must be submitted in writing by January 2, 2026, at 8 a.m. CT. Offerors must be registered on www.sam.gov and complete specific provisions regarding telecommunications and video surveillance services. The solicitation incorporates various FAR and NFS clauses, including those related to Buy American, Trade Agreements, Responsibility Matters, and Prohibition on Contracting with Inverted Domestic Corporations. It also includes clauses on export licenses and an ombudsman for dispute resolution, with a firm-fixed-price contract type.