Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
ID: 80MSFC25R0011Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA MARSHALL SPACE FLIGHT CENTERHUNTSVILLE, AL, 35812, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

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

    NASA's Marshall Space Flight Center is soliciting proposals for the Consolidated Program Support Services Program Planning & Control II (CPSS PP&C II), aimed at providing Program Planning and Control (PP&C) and Programmatic Subject Matter Expert (SME) services. The contract will encompass various PP&C disciplines, including program analysis, earned value management, cost estimating, scheduling, and risk analysis, essential for supporting NASA's extensive programs. This competitive acquisition is set aside for small businesses and will result in a single-award indefinite-delivery, indefinite-quantity contract with a maximum value of $400 million, with proposals due by July 28, 2025. Interested offerors should direct inquiries to Charlene Booth at charlene.c.booth@nasa.gov and ensure compliance with all solicitation amendments and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA's Marshall Space Flight Center has issued a Request for Proposal (RFP) for the Consolidated Program Support Services (CPSS) Program Planning & Control (PP&C) II. The solicitation seeks proposals to provide personnel support for various functions, including program analysis and cost management, with a focus on small business participation. The contract will be indefinite delivery indefinite quantity (IDIQ) with a two-year base period and three one-year options, anticipated to be awarded in March 2026. This acquisition, requiring a Top Secret facility clearance and addressing potential organizational conflicts of interest (OCI), is crucial for supporting NASA's extensive programs across multiple centers. Offerors must ensure adherence to solicitation guidelines, including past performance volume requirements and submission protocols via NASA's secure EFSS Box platform. The RFP emphasizes the necessity for a thorough review of all solicitation documents and highlights the importance of providing Past Performance Questionnaires from references before the proposal deadline. This process aims to enhance competition by including flexibility in subcontracting while maintaining quality assurance through performance history evaluations. Proposals are due by July 28, 2025, encouraging timely participation and engagement with the RFP requirements, ensuring readiness for a successful proposal submission.
    The government document outlines the solicitation for a contract (80MSFC25R0011), primarily focused on Program Planning and Control (PP&C) and Programmatic Subject Matter Expert (SME) support services. It describes the contract's structure, which includes different periods of performance: a phase-in period from June to August 2026, a base period from September 2026 to May 2028, and three option periods extending to May 2031. The contract utilizes both firm fixed-price and cost-plus-fixed-fee pricing models, with a maximum not-to-exceed value of $400 million. Key clauses cover funding, inspection, equipment marking, data delivery, and contractor performance expectations, emphasizing compliance with various NASA procedural requirements. It also specifies contractor obligations regarding security, workforce management, and environmental stewardship in accordance with applicable laws. The document serves as a formal request for proposals (RFP), aimed at ensuring efficient execution of government projects, adherence to stringent safety and regulatory guidelines, and fulfillment of NASA's mission objectives through effective contractor partnerships.
    The document details an amendment related to the solicitation process for a federal contract, primarily focusing on revisions to the Excel Pricing Model, Attachment J-18. Key adjustments pertain to Tabs A, B, and I, where missing formulas have been corrected or added. It is crucial for offerors to acknowledge this amendment in their proposal submissions, as failure to do so may render their proposals unacceptable and ineligible for award. The deadline for submitting questions has passed, indicating that no further inquiries will be entertained. Offerors must include the revised pricing model in their proposal's Cost Volume (Volume II) to comply with the solicitation requirements. All other terms and conditions of the original solicitation remain unchanged, ensuring continuity and adherence to previously established guidelines.
    Similar Opportunities
    FY26 Entrust Subscription Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking qualified vendors for the FY26 Entrust Subscription Renewal, a procurement set aside for small businesses under the NAICS Code 513210. This contract involves the acquisition of various Entrust CA Gateway subscriptions, PKI enrollment licenses, and associated Platinum Support Annual Fees, all of which are critical for maintaining secure communications and operations within NASA's Marshall Space Flight Center. The subscriptions will be delivered electronically and are required for a one-year period starting January 1, 2026, with a need by date of December 31, 2025. Interested parties must submit their quotes by December 11, 2025, at 8 a.m. CT, and can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov for further information.
    Safety and Mission Assurance Services (SMAS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    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.
    2026 MentorcliQ Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its contract with MentorcliQ, Inc. for the 2026 MentorcliQ Renewal, which involves the continuation and expansion of an enterprise-level IT platform for managing mentoring programs across the agency. The contractor will be responsible for providing software subscriptions, designing and configuring new mentoring programs, maintaining existing ones, and offering support and training, with the performance taking place at Stennis Space Center in Mississippi. This procurement is classified under NAICS Code 513210 and will be awarded as a sole source contract, with interested organizations invited to submit their capabilities by December 16, 2025, to Cara Craft at cara.s.craft@nasa.gov for potential competitive evaluation.
    RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is set to release its annual Research Opportunities in Space and Earth Sciences (ROSES) – 2025 solicitation around July 10, 2025. This comprehensive announcement will encompass various program elements, each with distinct due dates and topics, aimed at supporting a wide range of basic and applied research in space and Earth sciences. Proposals may be submitted by a diverse array of organizations, including domestic and foreign entities, with awards typically ranging from under $100K to over $1M per year, depending on the scope of the proposed work. Interested parties should register with NSPIRES and Grants.gov, and are encouraged to submit notices of intent by August 11, 2025, with full proposals due no earlier than September 8, 2025. For further inquiries, contact Max Bernstein at sara@nasa.gov or call 202-358-0879.
    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.
    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.
    Dual Administrative Support Services (DASS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to consolidate contract requirements for administrative support services under the Dual Administrative Support Services (DASS) contract at the NASA Stennis Space Center. This procurement aims to combine the administrative services previously required for the Marshall Space Flight Center (MSFC) with the DASS contract, as determined necessary and justified by NASA and concurred by the Small Business Administration (SBA). The administrative services are crucial for supporting NASA's operations and ensuring efficient management of resources. Interested parties can reach out to Rachel Clayton at rachel.clayton@nasa.gov or 228-688-2822, or Belfield Collymore at belfield.c.collymore@nasa.gov or 228-688-1631 for further details regarding this opportunity.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    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.