VMWare Software Support
ID: 80NSSC24884168QType: Special Notice
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE (DH10)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking to procure VMWare Software Support through a sole source contract with Rimini Street, Inc. This procurement is essential for maintaining the software used in the Kennedy Space Center's Launch Control System, which includes support for various VMWare products such as vCenter Server and vSphere. The services provided will ensure operational efficiency and the integrity of critical systems, particularly in support of the Artemis Mission. Interested parties must submit their qualifications by 9:00 a.m. Central Standard Time on September 23, 2024, with inquiries directed to Tessa Martinez at tessa.m.martinez@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Kennedy Space Center (KSC) requires software support services for VMware used in the KSC Launch Control System project. The support includes maintenance agreements for updates and technical assistance from Rimini. The specific software includes one unit of VMware vCenter Server 8 Standard for vSphere 8, along with support for 40 units of VMware vSphere 8 Enterprise Plus and 20 units of VMware vSAN 8 Advanced. The work will take place at the COMET Warehouse in KSC, Florida. The performance period is set from October 1, 2024, to September 30, 2025. This RFP outlines the essential need for software maintenance to ensure operational efficiency and the integrity of the Launch Control System through reliable technical support and updates.
    The NASA Shared Services Center recommends engaging Rimini Street as the sole source for VMWare Third Party Software Support due to its unique capabilities required for the Kennedy Space Center's Launch Control System. The estimated cost and delivery period are not specified, but the service is crucial for maintaining access to software updates, patches, and technical support. Rimini was chosen following a comprehensive trade study that demonstrated its alignment with NASA's specific needs. Switching vendors would jeopardize timelines for both the Launch Control System and the Artemis Mission, leading to potential delays and significant financial impacts. Thus, Rimini Street presents itself as the only viable option to fulfill mission requirements efficiently.
    NASA/NSSC plans to procure VMWare Software Support through a sole source contract with RIMINI STREET, INC., as it is the only provider for this service. The procurement will follow regulations outlined in FAR Part 12 and FAR Part 13, with performance conducted at NASA's Kennedy Space Center. The NAICS code for this acquisition is 541512. Interested parties have until 9:00 a.m. Central Standard Time on September 23, 2024, to submit their qualifications in writing for consideration of competitive procurement. The government retains the right to determine whether to proceed competitively based on the submissions received. Oral communications regarding this notice are not permitted. For further information, the Center Ombudsman is available for inquiries. The primary contact for this procurement is Tessa Martinez, Procurement Specialist at NASA. This document underscores NASA's intent to ensure efficient acquisition of necessary commercial items and services while maintaining compliance with federal procurement regulations.
    Lifecycle
    Title
    Type
    VMWare Software Support
    Currently viewing
    Special Notice
    Similar Opportunities
    Concurrent Real-Time Inc. iHawk computer maintenance agreement renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking to renew the maintenance agreement for Concurrent Real-Time Inc. iHawk computers. This agreement is essential for the operation and upkeep of the iHawk computer systems. NASA/NSSC intends to issue a sole source contract to Concurrent Real-Time Inc., the sole provider of this service. The performance location will be at NASA/Ames Research Center (ARC) in the USA. Interested organizations must submit their capabilities and qualifications by 12/24/2022. This procurement falls under the Total Small Business Set-Aside (FAR 19.5) category.
    Aeronautics and Exploration Mission Modeling and Simulation (AEMMS) Extension 5
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the Aeronautics and Exploration Mission Modeling and Simulation (AEMMS) contract with Science and Technology Corporation (STC) on a sole source basis. This extension is necessary to continue critical mission work related to various projects, including Artemis, Air Traffic Management, and Mars Rotorcraft Technology Development, for an additional eight months, from December 1, 2024, through July 31, 2025, if all options are exercised. The Government intends to evaluate capabilities and qualifications from interested organizations to determine if a competitive acquisition is warranted, with submissions due by 5:00 PM PDT on October 2, 2024. For further inquiries, interested parties may contact Rachel Jandron at Rachel.A.Jandron@nasa.gov or Shane Chapman at shane.p.chapman@nasa.gov.
    Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS) at the Johnson Space Center in Houston, Texas. This procurement aims to provide technical, managerial, and administrative support to ensure the integrity, reliability, and security of mission systems for NASA's space flight programs, including the International Space Station and the Moon to Mars initiatives. The COSMOS contract is anticipated to be a single-award, Cost-Plus-Award-Fee (CPAF) contract with various elements, including Cost Reimbursable Delivery Orders, and will require compliance with specific security and performance standards. Interested parties must submit their capability statements by March 11, 2024, and can direct inquiries to Andrea De Paz at jsc-cosmos@mail.nasa.gov or by phone at 281-244-5472.
    NASA Launch Services II 2024 On-Ramp
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is initiating an on-ramp opportunity for its Launch Services II (NLS II) contract, which remains open until June 30, 2030. This procurement aims to secure launch services from domestic providers capable of delivering payloads of at least 250kg to orbit, adhering to specific risk mitigation categories as outlined in NASA Policy Directive 8610.7D. The NLS II contract is critical for supporting NASA's missions by ensuring reliable access to space through certified launch vehicles. Interested parties must notify NASA of their intent to submit proposals by September 27, 2024, and provide details about their launch vehicle configurations and current flight manifest. For further inquiries, contact Jason R. Siewert at jason.r.siewert@nasa.gov or call 321-407-0250.
    Draft Request for Proposal for NASA LARC Center Maintenance, Operations, And Engineering (CMOE) II
    Active
    National Aeronautics And Space Administration
    Sources Sought NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking input from interested firms for the Center Maintenance, Operations, And Engineering (CMOE) II follow-on procurement. The procurement is for technical services to support NASA/LaRC in the areas of institutional and research operations, maintenance, and engineering. These services include research facilities operations, central utilities operations, technology development/administration, research and institutional facility maintenance, and facility engineering. Interested firms are encouraged to submit a capability statement and provide input on the current contract structure, contract type, performance period, and strategies to advance Diversity, Equity, Inclusion, and Accessibility (DEIA). The estimated award date for this contract is on/about October 1, 2023.
    FY24 Renewal of CDP Hardware/Software Maintenance Support
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking FY24 Renewal of CDP Hardware/Software Maintenance Support. This service is typically used for the maintenance and support of hardware and software related to the CDP (Continuous Diagnostics and Mitigation) system. The place of performance is Houston, TX (zip code: 77058), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    NASA Research and Education Support Services (NRESS) III
    Active
    National Aeronautics And Space Administration
    NASA Headquarters is preparing to issue a Request for Proposal (RFP) for the NASA Research and Education Support Services (NRESS) III, aimed at providing professional support and information technology services for various NASA programs. The primary objective of this procurement is to assist NASA's Science Mission Directorate, Human Exploration and Operations Mission Directorate, Space Technology Mission Directorate, and the Office of STEM Engagement in their research, education, and outreach initiatives. This acquisition is designated as an 8(a) Small Business Set-Aside under NAICS Code 541611, with a size standard of $24.5 million, and the anticipated RFP release date is on or about December 10, 2024, with offers due by January 9, 2025. Interested parties should direct their inquiries to Chanda Cannon or Jasmine Jett via email by October 4, 2024, and monitor www.Sam.gov for updates on the solicitation.
    Simulation and Advanced Software Services II (SASS II)
    Active
    National Aeronautics And Space Administration
    NASA's Johnson Space Center is seeking information from potential sources for the Simulation and Advanced Software Services II (SASS II) contract, aimed at providing specialized simulation and advanced software services for various space exploration programs. The procurement will focus on areas such as robotics, avionics, vehicle guidance, navigation, control systems, and software development technologies, which are critical for supporting missions like the International Space Station, Orion, Gateway, and Artemis. Interested parties are encouraged to submit capability statements by June 7, 2024, and can find additional details, including the draft Statement of Work and the Interested Parties List, on the SASS II website. For inquiries, contact Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    32 Channel VibRunner Data Acquisition Upgrade
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 32 Channel VibRunner Data Acquisition Upgrade, a critical component for enhancing measurement and data acquisition systems at the NASA Langley Research Center. The procurement includes the acquisition of 24 channels of 820 VibRunner, additional hardware, software licenses, and calibration services to ensure compliance with federal standards. This upgrade is essential for maintaining high-quality research operations and operational efficiency in aerospace projects. Interested vendors must submit their quotes by September 20, 2024, and include the tracking number (80NSSC24883871Q) in their email correspondence to the primary contact, Shanna Patterson, at shanna.l.patterson@nasa.gov.
    Safety and Mission Assurance Services (SMAS) II
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Safety and Mission Assurance Services II (SMAS II) contract at the George C. Marshall Space Flight Center. This contract aims to provide a wide range of safety and mission assurance services, including system safety, reliability, software assurance, and quality engineering, supporting various NASA facilities such as Kennedy Space Center and Michoud Assembly Facility. The anticipated contract, valued at up to $488 million, will be a small business set aside with a single-award indefinite-delivery, indefinite-quantity (IDIQ) structure, and is expected to have an eight-year performance period. Interested parties are encouraged to submit comments on the Draft Request for Proposal (DRFP) by October 4, 2024, with the final RFP expected to be released on or about November 22, 2024. For further inquiries, contact Maranda McCord at maranda.b.mccord@nasa.gov.