Human Health and Performance Contract 2 (HHPC2)
ID: 80JSC024HHPC2AType: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA JOHNSON SPACE CENTERHOUSTON, TX, 77058, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)
Timeline
  1. 1
    Posted May 21, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 4, 2024, 12:00 AM UTC
  3. 3
    Due Not available
Description

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.

Files
Title
Posted
Dec 4, 2024, 2:43 PM UTC
The National Aeronautics and Space Administration (NASA) released a Draft Request for Proposal (DRFP) for the Human Health and Performance Contract 2 (HHPC2), inviting feedback from potential offerors. The contract aims to support various human spaceflight activities by enhancing crew health, safety, and productivity while transferring knowledge to Earth-based applications. This competitive acquisition will be structured as a Cost-Plus-Award-Fee (CPAF) contract, with a transition option to Cost-Plus-Fixed-Fee (CPFF), set for a 10-year period beginning November 1, 2025. Offerors must comply with specific EEO and security clearance requirements, including a TOP SECRET facility clearance. The DRFP encourages comments on the solicitation's requirements, schedules, and potential risks, with the final RFP expected around December 6, 2024. The contract will primarily be executed at NASA's Lyndon B. Johnson Space Center in Texas and may also require support at other NASA facilities. The document outlines a significant organizational structure, emphasizing compliance with certifications in quality management and the management of emerging technologies, particularly concerning artificial intelligence and machine learning. This exercise aims to refine the solicitation process and ensure a successful procurement aligned with NASA’s operational goals.
Dec 4, 2024, 2:43 PM UTC
The document addresses various inquiries and clarifications related to a government Request for Proposal (RFP) aimed at selecting a contractor for significant work, particularly in health and performance support services at NASA facilities. Key topics include proposal formatting instructions, specific page limits for various proposal components, and clarifications on requirements for both past performance documentation and key personnel resumes. Notably, the government has adjusted page limits—raising them for Mission Suitability, Past Performance, and the Total Compensation Plan—to allow for comprehensive responses. The structure of the RFP outlines proposal sections, emphasizing adherence to given font size and formatting restrictions while clarifying exceptions for diagrams and charts. Additionally, the document highlights the necessity of including consent letters and addresses nuances related to team composition and subcontracting strategies. Essential clarifications were made regarding labor categories, required documentation, and the types of feedback expected from offerors, ensuring they align with overall expectations for the project. This rigorous approach demonstrates the government's commitment to acquiring qualified offers while ensuring compliance with procedural standards, promoting fair competition among bidders. The thorough set of responses clarifies uncertainties, enabling potential contractors to prepare more effectively and align their proposals with government expectations.
Dec 4, 2024, 2:43 PM UTC
The Human Health and Performance Contract 2 (HHPC2) document outlines the procurement and collaborative strategies of NASA regarding upcoming contracts. Key topics include the collaboration between NASA and the National Institutes of Health (NIH), the evaluation criteria for bid proposals which are not finalized, and details on contract performance expectations. NASA operates under a Memorandum of Understanding with NIH to leverage capabilities in human health research and performance, focusing on occupational health across various facilities. The scope of HHPC2 includes all existing HHPC work with potential expansions, though no projections for future task orders can be provided. The document also addresses concerns about competition, ownership of facilities, and responses to inquiries regarding subcontractors, small business participation, and the potential for a longer contract duration. NASA aims to foster innovation and flexibility without committing to single or multiple award contracts yet. It remains open to adapting its approach based on market research for capabilities and interested business types. A key focus is also on integrating artificial intelligence into contract operations, reflecting an evolving interest in leveraging advanced technologies for health and performance needs in spaceflight environments.
Dec 4, 2024, 2:43 PM UTC
The Human Health and Performance Contract 2 (HHPC2) outlines the requirements and applicable documents necessary for contractors engaged in projects related to human health and performance within the NASA framework. Contractors must comply with all documents listed in the Attachment J-1, Applicable Documents List (ADL), and are expected to adhere to the latest versions of these documents regardless of whether they are mentioned in specific statements of work or task orders. The contract emphasizes a variety of engineering and technical standards, including those for security, quality management, and specific practices applicable to human research and space operations. Key external references include quality management protocols from ANSI and ISO, security frameworks from NIST, and regulations from various OMB circulars. Documents specific to NASA's operational standards are also highlighted, including policies for medical operations in space contexts. The summary underscores the rigorous compliance standards required of contractors to ensure the successful execution of projects pertaining to human health in aerospace environments, reflecting a commitment to both safety and effective management of technical operations.
Dec 4, 2024, 2:43 PM UTC
The Human Health and Performance Contract 2 (HHPC2) outlines a performance evaluation plan for assessing contractor performance and determining fee payments under contract number 80JSC025R7001 with NASA. The plan establishes a structured evaluation procedure compliant with federal regulations, focusing on performance quality, timeliness, subcontracting goals, and cost efficiency. The evaluation incorporates both objective and subjective assessments, utilizing a Performance Evaluation Board Integration Team (PEB-IT) to generate interim and final reports on contractor performance. Key criteria for performance evaluation include Technical and Management Performance (50%), Safety and Health (15%), Small Business Goals (10%), and Cost Performance (25%). The document details an award-fee system, with the possibility for NASA to transition between award-fee and fixed-fee arrangements based on performance assessment outcomes. Should a major safety breach occur, it could lead to a zero award fee score for that evaluation period. Additionally, the process emphasizes transparency and communication, requiring the contractor to submit self-evaluation reports and remedial action plans for identified performance issues. This evaluation structure underlines NASA's commitment to fostering accountability and high standards within its contracts.
Dec 4, 2024, 2:43 PM UTC
The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor for various occupations in Texas counties. It specifies required minimum wage rates for contract workers based on Executive Orders 14026 and 13658, which dictate rates of at least $17.20 and $12.90 per hour respectively, for contracts awarded after specific dates. The determination lists various occupational classifications along with corresponding wage rates and fringe benefits like health and welfare, vacation, and paid holidays. Furthermore, it stipulates requirements for paid sick leave and explains the conformance process for any unlisted job classifications. The document emphasizes compliance with the Service Contract Act, ensuring that contractors provide adequate compensation and benefits to covered workers. Additionally, it addresses considerations for potentially hazardous pay differentials and uniform allowances, illustrating comprehensive regulatory measures aimed at safeguarding employees' rights and welfare in federally contracted services.
Dec 4, 2024, 2:43 PM UTC
The document is currently inaccessible due to issues with the PDF viewer. Therefore, no content has been provided to summarize. This may indicate the necessity to upgrade to the latest version of Adobe Reader or check compatibility with the document's format. Without access to the actual text or details, I'm unable to extract key topics, ideas, or supporting details essential for constructing a summary. To proceed, resolving the file access issue is required to examine and analyze the pertinent information regarding federal government RFPs, grants, and local state RFPs.
Dec 4, 2024, 2:43 PM UTC
The document outlines roles and responsibilities for various positions related to administration, engineering, business, information technology, quality assurance, and healthcare within a federal government context. It identifies job titles, descriptions, required minimum education, and years of experience necessary for each role. Positions range from administrative specialists and engineers at multiple levels to healthcare professionals like pharmacists and physicians. Each role is classified as either exempt or non-exempt, reflecting its eligibility for overtime pay, and specifies the expertise needed to fulfill the tasks associated with the job. The file serves as a resource for governmental RFPs and grants, highlighting the qualifications required to ensure compliance and effective management for federal projects. It emphasizes the necessity of skilled professionals in enhancing operational efficiency and quality assurance across various domains within government contracts, underlining the significance of rigorous standards in recruiting qualified personnel.
Dec 4, 2024, 2:43 PM UTC
The NASA document outlines the Contract Data Requirements List (CDRL) and Data Requirements Descriptions (DRDs) for the procurement of services at the Johnson Space Center. It specifies the required contractual data from the contractor, organized by categories such as Management, Business Processes, Information Technology, Safety and Mission Assurance, Occupational Health, and Institutional compliance. Each DRD is assigned a data type, stipulating approval processes and submission details for contractor deliverables. The document emphasizes the importance of documenting and mitigating organizational conflicts of interest, establishing clear communication and reporting structures, and maintaining compliance with federal regulations. It also outlines procedures for subcontractor management, data format requirements for submissions, and maintenance procedures for revisions of DRDs. Through structured reporting and clear guidelines, the document aims to foster effective management and communication between NASA and contractors, ensuring project success and accountability throughout contract phases.
Dec 4, 2024, 2:43 PM UTC
The document outlines the Installation Accountable Government Property List for the Human Health and Performance Contract 2 (HHPC2). It specifies the responsibility of the Contractor to maintain an accurate inventory of government-furnished property to execute the contract effectively. The document emphasizes adherence to NASA's inventory and financial controls, particularly for Program Stock inventory valued over $75,000. A detailed table (Table 1) lists various equipment and supplies provided by the government, including items such as stereoscopic helmets, display units, and centrifuges, complete with specifications like manufacturer, model, serial numbers, and acquisition costs. The items total significant value, ranging from several hundred to over 2 million dollars. This comprehensive property list is essential for asset management, compliance with federal regulations, and ensuring that all provided equipment is appropriately accounted for and maintained during contract execution, reflecting the government’s commitment to responsible stewardship of resources.
Dec 4, 2024, 2:43 PM UTC
The document outlines the Government Furnished Property List for the Human Health and Performance Contract 2 (HHPC2), detailing specific items provided by the government that are essential for contract execution. This list includes inventory information such as quantity, unit of measure, and individual costs, emphasizing the need for the contractor to maintain accurate records and comply with management requirements. The items listed range from equipment components, materials, and supplies, with an extended dollar value exceeding $75,000 subject to NASA inventory controls. The overarching purpose of this document is to ensure effective use and accountability of government property, aligning with federal regulations that govern inventory management in governmental contracts. This document serves as a critical reference for contractors engaged in federal RFPs and grants, ensuring transparency and proper stewardship of federal resources.
Dec 4, 2024, 2:43 PM UTC
The document outlines the procedural requirements for purchases made within a federal government procurement context. It emphasizes the identification of a Technical Point of Contact (POC) knowledgeable about the purchased item's technical specifications, along with requisites for part numbers and descriptions, quantity, and purchase details. Crucial fields to complete include the dollar amount, purchase date, associated contracts or work packages, IT authorization numbers, and the current status of the purchase, classified into categories such as "In Work," "Authorized," "Authorized, Not Purchased," and "Purchased." This structured approach is intended to streamline and standardize procurement processes, ensuring accountability and tracking within the federal framework. The document serves both to facilitate the procurement process and maintain compliance with federal regulations governing such transactions, essential for effective management of public resources and commitments. All information provided aims to enhance transparency and efficiency in government contracting practices.
The PPBE 2026 IT Budget document outlines the financial framework for proposed IT investments over multiple fiscal years, including budget requests, investment categories, and associated cost allocations. It emphasizes the significance of categorizing IT expenditures into Development/Modernization/Enhancement (DME) and Steady State/Operation and Maintenance (O&M) costs, which must be presented in whole dollars across all projected years. Key sections include the breakdown of solutions by business and technical facing types, illustrating the technologies and services crucial for supporting NASA's mission, such as cloud services, client computing, and data management. In this context, the document connects strategic IT investments to NASA's overall objectives, particularly in areas such as aerospace research and space operations. The comprehensive layout facilitates a clear understanding of funding allocations and justifications for IT initiatives, ensuring alignment with governmental standards and operational needs. Compliance with OMB Circular A-11 is noted, highlighting the necessity for a unified reporting taxonomy to track and evaluate financial resources effectively. This document serves as a foundational guide for federal budget and grant processes, aimed at enhancing operational efficiency within government frameworks.
Dec 4, 2024, 2:43 PM UTC
The document outlines a series of technical approaches for the Human Health and Performance (HH&P) Directorate regarding operational scenarios impacted by a severe hurricane, data management, and project management for NASA's human spaceflight programs. In Technical Approach 1 (TA1), the focus is on the hurricane’s aftermath at Johnson Space Center (JSC), including workforce challenges and damage assessments for critical facilities. Offerors are tasked with addressing priority areas for recovery, staffing amidst a 30% workforce loss, and solutions for damaged infrastructure impacting upcoming missions. Technical Approach 2 (TA2) discusses the need for a robust data management system to handle diverse medical and research data securely, with an emphasis on ensuring efficiency and compliance in data handling for decision support. Technical Approach 3 (TA3) deals with project management amid software malfunctions in medical systems on the International Space Station (ISS), necessitating an urgent plan to restore functionality and user interface operability. The overall purpose is to solicit proposals from offerors to collaboratively address complex issues arising from operational disruptions, ensuring the continuity of essential functions critical for NASA's human spaceflight initiatives. The document emphasizes contingency planning, data integrity, and effective project management.
Dec 4, 2024, 2:43 PM UTC
The document outlines the Request for Proposal (RFP) 80JSC024HHPC2 for the Human Health and Performance Contract II (HHPCII). It includes various labor categories and associated costs related to the execution of the contract, with detailed listings of positions such as administration specialists, engineers, medical personnel, and quality assurance specialists, along with their respective hourly rates and total costs. The proposal covers a base period and options for extension, covering multiple years with defined budget provisions, cost elements like phase-in, non-labor resources, and associated direct labor costs. The Grand Total for proposed services amounts to $166,971,000. This extensive overview of labor categories, proposed costs, and relevant timeframes reflects the project's scale and the variety of expertise required to assess and enhance human health performance capabilities. The document serves as a structured response to the RFP, delineating the capabilities of the submitting offeror while adhering to federal requirements and ensuring fiscal accountability in the use of grant funds.
Dec 4, 2024, 2:43 PM UTC
The document outlines the Small Business Subcontracting Plan required for government contractors, focusing on two primary tables essential for proposals. Table 1 details the proposed subcontracting goals as a percentage of total contract value and subcontracting value, highlighting the commitment to engaging small businesses across various categories, including women-owned, veteran-owned, and Historically Black Colleges/Minority Serving Institutions. Specific percentages and dollar values are assigned to each category, illustrating a structured approach to subcontracting. Table 2 serves as a list of proposed small business subcontractors, including vital identification details such as the company name, DUNS/Cage code, business type, NAICS code, and the dollar value of the subcontract. This ensures transparency and accountability in promoting small businesses in government contracts, reflecting federal standards for equal opportunity in contractor relationships. Overall, the document emphasizes the importance of small business participation in federal contracts and the systematic approach required to meet specified goals, thereby enhancing economic inclusivity within public procurements. This fits within a broader context of federal grants and RFPs aimed at supporting small businesses and promoting fair competition.
Dec 4, 2024, 2:43 PM UTC
The document pertains to the Past Performance Questionnaire required by NASA's Johnson Space Center (JSC) for contractors responding to the Human Health and Performance Contract 2 (HHPC2) Request for Proposal (RFP). It outlines the obligation for offerors to provide references who can attest to their past performance in relevant contracts. The questionnaire seeks detailed information on contractors and key personnel, covering aspects such as contract terms, performance evaluation in areas including quality, schedule, cost control, management, and regulatory compliance over the past five years. Respondents are asked to assess performance using a defined rating scale from "Exceptional" to "Poor/Unsatisfactory." Additionally, the questionnaire collects evaluators' personal information and insights into contractor performance regarding compliance with safety, environmental, and reporting requirements. The overall objective is to gather comprehensive feedback to evaluate the offerors' capabilities and qualifications, ultimately aiding NASA in selecting the most suitable contractors for its projects.
Dec 4, 2024, 2:43 PM UTC
The Past Performance Consent Letter is a formal document required for subcontractors, teaming partners, or program managers involved in a proposal to the NASA Johnson Space Center for the Human Health and Performance Contract 2 (HHPC2). This consent form allows the prime contractor to access past and present performance information of key team members, which is critical for the government's source selection process focused on evaluating past performance. The letter emphasizes the importance of this data in establishing performance confidence and affirms the understanding of the subcontractor or partner regarding this process. The completion and submission of this consent form are mandatory as part of the proposal's Past Performance Volume. It must be signed by an authorized individual from the subcontracting party, ensuring legal approval for the dissemination of performance information.
Dec 4, 2024, 2:43 PM UTC
The document outlines a comprehensive Statement of Work (SOW) for various contracts relating to federal government projects. It categorizes responsibilities across multiple sections, including Contract Management, Medical and Health Services, Laboratory Services, Operations and Research, Life Cycle Development, Directorate Services, and External Collaborations. Each section signifies a specific domain within the overall management, emphasizing the collaboration of prime contractors, major and minor subcontractors, and parent companies involved in executing the projects. The detailed focus on SOW indicates the importance of structured tasks and accountability in achieving project objectives. This format demonstrates the government's intent to streamline operations while ensuring thorough oversight and integration for effective service delivery in health and medical sciences, which aligns with the goals of RFPs and grants in fostering efficient public sector solutions.
Dec 4, 2024, 2:43 PM UTC
The document outlines the requirements for submitting a key personnel resume as part of a federal government Request for Proposal (RFP). Each proposed Key Person must complete a form that includes personal information, proposed position, and a detailed description of duties and responsibilities. Additionally, the candidate's current role and relevant work experience from the last five years must be documented, along with specific projects and references, including points of contact. Unique qualifications and citizenship status should also be addressed. Notably, if a reference is a NASA civil servant, there are restrictions on communication due to a Limited Communications Notice, limiting their ability to provide updates related to the RFP. This structured approach ensures candidates have the necessary credentials and experience suitable for the HHPC2 position, emphasizing the importance of thorough vetting in federal proposal evaluations.
Dec 4, 2024, 2:43 PM UTC
This document details a pre-award survey of a prospective contractor's accounting system, assessing its acceptability for a federal contract award. The evaluation concludes that the accounting system is acceptable, although a follow-on review post-contract award is recommended. The survey checklist includes various criteria aligned with Generally Accepted Accounting Principles (GAAP), emphasizing essential components like cost segregation, identification of direct costs, and the ability to provide reliable financial information for contract compliance. Key considerations also involve the presence of a fully operational accounting system, with an expectation for timely and accurate cost determination relevant to contract requirements. The form provides a structured approach to assess contractors' financial management capabilities, ensuring accountability and transparency in the federal procurement process. Overall, the document upholds government standards for fiscal responsibility in awarding contracts.
The document details the scope of work (SOW) for contract management and administration for federal and state projects, outlining responsibilities of prime contractors and subcontractors. It specifies various management areas such as financial, property, and records management, along with total compensation, staffing, safety, and environmental requirements. The SOW is divided into distinct sections covering operations, medical services, research capabilities, lifecycle development, and directorate services. Each section requires a corresponding identification of contractors responsible for its execution. Further, it emphasizes the necessity for Offerors to provide a comprehensive list of all subcontractors, their classifications (e.g., Small Business), and the associated dollar values for their contracts. This structured approach ensures accountability and clarity in responsibilities among contractors, facilitating effective project management and compliance with regulations. The document serves as a framework for organizations responding to RFPs, ensuring all parties understand their roles and the interconnectedness of their efforts within the context of government contracts.
Oct 24, 2024, 3:00 PM UTC
Oct 24, 2024, 3:00 PM UTC
Dec 4, 2024, 2:43 PM UTC
The document details the Request for Proposals (RFP) identified by solicitation number 80JSC025R7001, titled "Human Health and Performance Contract 2 (HHPC2)." This procurement is structured to invite participation and submissions under various categories, including Technical Scenario, Proposal Instructions (Section L), Evaluation Criteria (Section M), and related safety, security, and environmental considerations. The RFP emphasizes unspecified unique terms and conditions while addressing the importance of compliance in these areas. Additionally, there are specific remarks regarding the necessity for clarity, avoidance of unnecessary requirements, and ensuring small business participation. The primary aim of this procurement is to enhance human health and performance through targeted contracts, optimizing operational efficiencies and safety protocols as part of governmental efforts to improve service delivery within health and performance domains. Proper attention to evaluation criteria and adherence to given instructions is crucial for prospective bidders in developing their proposals, which should align with federal guidelines and objectives relevant to this initiative. Overall, the document sets a framework for health-related contracting opportunities while fostering small business inclusion in federal opportunities.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Final Request for Quote for Occupational Health Support Services III (OHSS III)
Buyer not available
The National Aeronautics and Space Administration (NASA) Langley Research Center is soliciting quotes for Occupational Health Support Services III (OHSS III) under an 8(a) set-aside competition aimed at small businesses. The primary objective of this procurement is to establish a comprehensive Occupational Health Program that aligns with the requirements outlined in the Performance Work Statement (PWS) for NASA LaRC in Hampton, Virginia. This contract will encompass core services delivered through a Firm-Fixed Price (FFP) structure, with a potential performance period of up to five years, including a 30-day transition period. Interested offerors must submit their proposals by May 6, 2025, at 2:00 PM EST, and are encouraged to direct inquiries to Natasha King at larc-ohss3@mail.nasa.gov. The anticipated award date is July 31, 2025, with the contract effective from September 1, 2025.
Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to issue a Draft Request for Proposal (DRFP) for the Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II contract at the Marshall Space Flight Center in Huntsville, Alabama. This contract will focus on various program planning and control requirements, including integration, program analysis, earned value management, cost estimating, scheduling, and risk analysis, along with subject matter expert support for strategic planning and project reviews. The anticipated release date for the DRFP is around April 24, 2025, followed by the Request for Proposal (RFP) on or about June 6, 2025, with all responsible sources encouraged to submit offers. Interested parties should direct any questions to Charlene Booth at charlene.c.booth@nasa.gov by May 6, 2025, and monitor SAM.gov for updates on the solicitation.
HYDROSPHERE, BIOSPHERE, & GEOPHYSICS (HBG) SUPPORT SERVICES II - DRAFT REQUEST FOR PROPOSAL (DRFP)
Buyer not available
The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking proposals for the Hydrosphere, Biosphere, and Geophysics (HBG) Support Services II, as outlined in a Draft Request for Proposal (DRFP). This procurement aims to enhance scientific research and technological development related to Earth sciences, focusing on critical societal issues such as water resources, ecosystem health, and climate change. The contract will be structured as a Cost-Plus-Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, with a five-year ordering period, and is set aside for small businesses. Interested parties are encouraged to submit comments on the draft solicitation by the specified deadlines, with the final RFP expected to be released in May 2025 and contract awards anticipated by October 2025. For further inquiries, potential offerors may contact Cassandra K. Moore or Michelle Padfield via their provided emails.
Simulation and Advanced Software Services II (SASS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
Private Astronaut Missions 5 and 6 Flight Opportunities
Buyer not available
NASA's Johnson Space Center is soliciting proposals for Private Astronaut Missions (PAMs) 5 and 6, which will provide flight opportunities to the International Space Station (ISS) between May 2026 and mid-2027. The missions will accommodate a maximum of four private astronauts for a docked duration not exceeding 14 days, with specific mission concepts involving Extravehicular Activities (EVAs) or ISS Robotic Systems being excluded. This initiative is part of NASA's broader strategy to commercialize Low Earth Orbit (LEO) and requires the use of certified U.S. transportation vehicles that meet ISS visiting vehicle requirements. Proposals are due by May 30, 2025, at 4:00 PM CDT, and interested parties should direct inquiries to Ashley Chaves or Elizabeth Kosobud via email, with questions due by April 8, 2025.
NASA Environmental and Medical Contract (NEMCON) IDIQ Ceiling Increase
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to increase the indefinite-delivery indefinite-quantity (IDIQ) ceiling for the NASA Environmental and Medical Contract (NEMCON) to better meet its operational needs. This modification will involve a sole-source acquisition from HSG, LLC, due to their specialized capabilities in environmental and medical services that are critical for NASA's space and aeronautical missions. The increase in the IDIQ ceiling is necessary to accommodate rising demands and ensure the continuity of essential services, following a comprehensive evaluation of the contractor's past performance and technical proficiency. Interested organizations are invited to submit their capabilities and qualifications to Contracting Officer Anthony Islas via email by 3:30 PM Eastern Time on April 15, 2025, for consideration in this procurement process.
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.
Amendment 001 - NASA Flight Crew Training
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for flight crew training services under Solicitation No. 80AFC25Q0005, specifically targeting Commercial Off the Shelf (COTS) academic and simulator training for its flight crew and maintainers. The procurement aims to ensure that NASA personnel maintain their proficiency through comprehensive training programs, including ground school instruction and simulator training for various aircraft models, such as the PC-12 and KA-200. This initiative is crucial for enhancing operational safety and effectiveness within NASA's aviation programs. Interested offerors must submit their proposals by 1:00 PM Pacific on April 11, 2025, to Bernard Cenidoza at bernard.c.cenidoza@nasa.gov, and are encouraged to review the attached documents for detailed requirements and compliance guidelines.
ATOM-5 Additional Option Years and POP Extension
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the contract for ground-based aerospace testing and facilities operations and maintenance services, specifically for projects such as the Sensor and Thermal Protection System Advanced Research (STAR) Lab, Orion Multi-purpose Crew Vehicle (MPCV), and Artemis. This opportunity involves a sole source contract with Amentum Technology, LLC, for an additional 24-month period of performance, or two 1-year option periods, extending the current contract 80ARC022DA001, which is structured as an Indefinite Quantity/Indefinite Delivery contract. Interested organizations are invited to submit their capabilities and qualifications to the Contracting Officer, Jeanne Chun, via email by 3:00 PM Pacific time on April 22, 2025, to determine if the acquisition will be conducted on a competitive basis. The Government's decision regarding competition will be at its discretion, and further details can be found in the applicable NASA Clause 1852.215-84, Ombudsman.
Extravehicular Activity and Human Surface Mobility Technologies - A New Partnering Opportunity
Buyer not available
NASA's Johnson Space Center is seeking partners to advance technologies related to Extravehicular Activity (EVA) and Human Surface Mobility (HSM) in support of the Artemis missions. The objective is to develop safe, reliable, and effective capabilities that enable astronauts to operate outside spacecraft on and around the Moon, with a focus on high-risk technologies that enhance mission success and productivity. This initiative is crucial for establishing a long-term human presence on the Moon and preparing for future Mars missions. Interested parties should submit their responses by January 16, 2027, and can contact the Technology Development and Partnerships Manager, Stephanie A. Sipila, at stephanie.a.sipila@nasa.gov for further information.