Neev Content Suite for SAP
ID: 80NSSC26922472QType: Combined Synopsis/Solicitation
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 SOFTWARE AS A SERVICE (DA10)

Set Aside

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

    NASA's National Aeronautics and Space Administration Shared Services Center is seeking proposals for the Neev Content Suite for SAP, a brand-name requirement set aside for small businesses. The procurement aims to acquire a specialized software solution that ensures seamless data migration and business continuity, particularly through the Neev Archive Migration Toolkit, which is uniquely compatible with SAP S/4HANA and legacy systems. This contract is critical for maintaining operational integrity and compliance with SAP requirements, with a performance period from December 1, 2025, to December 1, 2027. Interested vendors must submit their quotes by January 5, 2026, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, and ensure they are registered on www.sam.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    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.
    LaRC Abaqus Software Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    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.
    Synology Storage for HLS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotes for the procurement of Synology Storage for Human Landing System (HLS), a brand-name requirement specifically for authorized resellers. This procurement is set aside for small businesses under NAICS Code 541519 and includes the purchase of a Network Attached Storage (NAS) system, expansion units, hard drives, and associated support services, with a lead time of 30 days after receipt of order. The selected storage solution is critical for meeting current capacity requirements and ensuring compatibility with existing systems, thereby avoiding potential usability and support challenges. Quotes are due by December 29, 2025, at 8 a.m. CT, and must be submitted to Stephanie Graham at Stephanie.n.Graham@nasa.gov, referencing the tracking number provided in the solicitation documents.
    LinkedIn Hiring Solutions Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking to renew its LinkedIn Hiring Solutions, specifically for internal use, through a Request for Quotation (RFQ). The procurement requires the acquisition of 3 recruiter licenses and 5 dashboard manager seats, which will be managed exclusively by NASA employees, with no contractor involvement in recruitment services or career page updates. This renewal is crucial for maintaining NASA's internal hiring capabilities and ensuring effective management of their existing career page. Quotes are due by December 31, 2025, at 12 p.m. CT, and interested parties should direct inquiries to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by December 29, 2025, at 12 p.m. CT.
    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.
    Notice of Intent to Negotiate Increase to Ceiling Price and Extend the Contract Period of Performance by 12-months for Contract No. NNX16MB01C
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) intends to negotiate an increase to the ceiling price and extend the performance period of Contract No. NNX16MB01C for application software services and maintenance. The contract, known as EAST 2, is crucial for operating, maintaining, and enhancing key business and mission-supporting platforms across the Agency, with a proposed ceiling increase of approximately $150 million, raising the total from $710 million to $860 million. This extension is vital to prevent disruptions in critical application delivery services relied upon by NASA personnel, with the new performance period extending from July 1, 2023, to June 30, 2024. Interested organizations may submit their qualifications to Christy Moody via email by February 8, 2023, to be considered for this contract extension.
    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.
    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.
    NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) NASA INFORMATION TECHNOLOGY PROCUREMENT OFFICE (ITPO) JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOFOC) For the Enterprise Applications Service Technologies (EAST) 2 Contract, NNX16MB01C
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to extend the Enterprise Applications Service Technologies (EAST) 2 contract, NNX16MB01C, through a Justification for Other Than Full and Open Competition (JOFOC). This action aims to increase the contract ceiling by $150 million and extend the period of performance by 12 months, with an option for an additional six-month extension, to ensure continued support for critical IT and telecom business application development services. The modification will be awarded as a sole source contract to the current prime contractor, Science Applications International Corporation (SAIC), with the new contract period extending through June 30, 2024. For further inquiries, interested parties may contact Christy Moody at christy.r.moody@nasa.gov.