JupyterHub/Nebari Install & Support Services
ID: 80NSSC892450QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONUS

NAICS

Other Computer Related Services (541519)

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 (NASA) is seeking qualified vendors to provide installation and support services for JupyterHub/Nebari, crucial for the SAGE III project at the Langley Research Center in Hampton, Virginia. The selected contractor will be responsible for delivering software that supports dynamic load balancing across multiple servers, integrates Python analysis frameworks, and complies with federal cybersecurity standards, including FIPS. This procurement is significant as it ensures the functionality and efficiency of NASA's data analysis capabilities, with a contract performance period of six months following the award. Interested parties should submit their qualifications by February 7, 2025, at 4:00 PM CST, and all correspondence must reference ID 80NSSC892450Q for visibility; inquiries can be directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Langley Research Center (LaRC) is seeking a contract for the installation and support of JupyterHub/Nebari, vital for the NASA SAGE III project. The vendor must deliver software capable of dynamic load balancing across three servers, supporting Python analysis frameworks including Jupyter servers and Dask. It should provide a user-friendly interface and run on federally compliant operating systems (RHEL 8/9), adhering to cybersecurity standards (FIPS). The vendor is also required to offer six months of installation and ongoing support, including monthly on-site maintenance, training for up to 15 users, and additional tailored development for NASA's specific needs. Enhanced features and functionalities must be integrated into CI/CD pipelines for the SAGE III/ISS configurations. The contract performance will take place at LaRC in Hampton, VA, with a period of performance set for six months following the award. This document outlines key specifications for vendors responding to the RFP, emphasizing compliance, support, and training necessary for the project's success.
    NASA/NSSC has announced a requirement for JupyterHub/Nebari Install & Support Services, intending to award a sole-source contract to OPENTEAMS INC due to its status as the exclusive provider for these services. The procurement will follow FAR Parts 12 and 13 regulations, with the performance taking place at NASA's Langley Research Center (LARC). The applicable NAICS Code is 541519. Organizations interested in this opportunity can submit their qualifications by February 7, 2025, at 4:00 PM CST; however, evaluations will strictly determine the potential for competitive procurement. The government reserves the right not to pursue full competitive bidding based on these submissions. Additionally, the NASA Clause 1852.215-84 concerning the Ombudsman is applicable, and the relevant contact information is provided for further inquiries. This notice underscores NASA's intent to engage with qualified vendors while maintaining regulatory compliance.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    SW - VA One
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure maintenance and technical support for its VA One licensing software through a sole-source contract with ESI North America, Inc. This procurement is essential to ensure the continuity of software patches, support, and upgrades necessary for critical projects, including the Space Launch System (SLS) and Gateway, which rely on the software for model validation. The contract is set to run from April 1, 2025, to March 31, 2026, and interested organizations are invited to submit their qualifications by 7 a.m. Central Standard Time on February 5, 2025. For further inquiries, potential bidders can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide Simulation and Advanced Software Services II (SASS II) at the Johnson Space Center. This procurement aims to secure specialized simulation services in areas such as space-based robotics, avionics, vehicle guidance, navigation and control, and advanced software development for various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives. The selected contractor will play a crucial role in enhancing NASA's capabilities in simulation and software development, supporting future exploration needs. Interested parties must submit their capability statements by June 7, 2024, and can direct inquiries to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    Human Health and Performance Contract 2 (HHPC2)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Human Health and Performance Contract 2 (HHPC2), aimed at enhancing crew health, safety, and productivity in support of human spaceflight activities. This procurement will involve compliance with a range of technical and operational standards, including rigorous performance evaluations and adherence to applicable documents related to human health and performance within aerospace contexts. The contract, structured as a Cost-Plus-Award-Fee (CPAF) arrangement, is set to commence on November 1, 2025, and will primarily take place at NASA's Johnson Space Center in Houston, Texas. Interested parties should direct inquiries to primary contact Yaranet Marquez at yaranet.marquez-1@nasa.gov or secondary contact Joseph Ocampo at joseph.t.ocampo@nasa.gov, with the final Request for Proposal (RFP) expected around December 6, 2024.
    FY25 Atlassian Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its Atlassian software licenses for Fiscal Year 2025, specifically for the Ames Research Center. This procurement includes essential project management tools such as Comala Document Management, ScriptRunner for Confluence, and Advanced Tables for Confluence, which are critical for enhancing operational efficiency within the Ames Mission Network. The renewal emphasizes the importance of maintaining software consistency and compliance with federal regulations, as the Atlassian products are proprietary and integral to NASA's mission operations. Interested vendors must submit their quotes by February 10, 2025, and can contact Tessa Martinez at tessa.m.martinez@nasa.gov for further information.
    4D Tech NanoCam HD Dynamic Optical Profiler
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a 4D Tech NanoCam HD Dynamic Optical Profiler, which is essential for assessing the roughness of optics within the m-40 system at the Marshall Space Flight Center. The procurement includes a high-resolution CMOS sensor, a 460nm LED, a desktop or laptop computer running Windows 10, and a motorized tripod with a hand controller, all aimed at enhancing the center's optical measurement capabilities. This acquisition is part of NASA's efforts to advance technology and precision in aerospace research, with the equipment to be delivered to the Central Receiving facility in Huntsville, Alabama, within six weeks after order placement. Interested organizations must submit their capabilities and qualifications to Cody Guidry by 1:00 p.m. Central Standard Time on February 6, 2025, to be considered for this sole source contract.
    Epsilon3 Pro License Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Epsilon3 Pro License through a sole source contract with Epsilon3, Inc., the exclusive provider of this software. The procurement involves acquiring one on-premise deployment license for a 12-month term, along with an additional 40 licenses, to support electronic procedure execution at the NASA Stennis Space Center in Mississippi. This renewal is crucial for maintaining operational capabilities within NASA's procedural management systems, ensuring continued efficiency and compliance. Interested parties may submit their capabilities and qualifications by 1 p.m. CST on February 6, 2025, to assess the possibility of competitive procurement, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    Inspection and repair of LaRC G-III engine
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure inspection and repair services for the LaRC G-III engine, specifically for the Spey engine (S/N 11189) installed in a Gulfstream GIII aircraft (N520NA). The selected vendor will be responsible for evaluating the engine following damage identified during a borescope inspection, which includes assisting with engine removal, transportation, and conducting inspections at their facility, ultimately leading to a repair plan that requires NASA's approval. This initiative is critical for maintaining aerospace research capabilities while ensuring compliance with safety and regulatory standards, as all work must adhere to applicable technical publications and FAA regulations. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 1:00 p.m. Central Standard Time on February 7, 2025, with the project timeline mandating completion by March 14, 2025.
    Commercial SmallSat Data Acquisition (CSDA) Program Indefinite Delivery Indefinite Quantity (IDIQ) On-Ramp 1 - Request for Proposals (RFP)
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking proposals for the Commercial SmallSat Data Acquisition (CSDA) Program through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at enhancing Earth observation capabilities. The procurement focuses on acquiring Earth observation data from commercial sources to support NASA's Earth science research, reflecting a strategic investment in geospatial technology. A total of eight contracts have been awarded under this initiative, with a shared ceiling value of $476 million, effective through November 15, 2028. Interested vendors can reach out to Jason Lou at jason.d.lou@nasa.gov or Keisha Willingham at keisha.s.willingham@nasa.gov for further information.
    The purpose of this contract is to provide specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft. The contractor shall address operational challenges, enhance control optimization, and facilitate integration ta
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft through a sole-source contract with KONGSBERG NANOAVIONICS US LLC. The contractor will be responsible for addressing operational challenges, enhancing control optimization, and facilitating integration tasks to ensure mission success during the spacecraft's de-orbiting process. This procurement is critical for maintaining technical continuity and efficiency, as the selected contractor's familiarity with the project is essential for mitigating risks associated with vendor transitions. Interested parties must submit their qualifications by 7 a.m. CST on February 5, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.