FY25 Xerox DocuShare Annual Support Renewal
ID: 80NSSC25898751QType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 9:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) is seeking proposals for the annual support renewal of Xerox DocuShare software, specifically for Standard and Incremental Servers, through Request for Quotation (RFQ) 80NSSC25898751Q. This procurement is set aside for small businesses and includes options for technical support, maintenance, and upgrades, with a performance period from April 1, 2025, to March 31, 2026, at the Armstrong Flight Research Center in California. The services are crucial for maintaining operational efficiency and safeguarding NASA's software investment, ensuring continuous support and future upgrades. Interested parties must submit their quotes by April 10, 2025, and are encouraged to contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 7:05 PM UTC
The National Aeronautics and Space Administration (NASA) issued Request for Quotation (RFQ) 80NSSC25898751Q for the annual support renewal of Xerox DocuShare software, specifically for Standard and Incremental Servers. The procurement, set aside for small businesses, requires responses by April 10, 2025, with options for technical support, maintenance, and upgrades included. Quotes must remain valid for 30 days, and responses should be submitted with the necessary certifications and representations, particularly regarding telecommunications and video surveillance services. The period of performance is April 1, 2025, through March 31, 2026, with service delivery at the Armstrong Flight Research Center in California. It emphasizes registration in the System for Award Management (SAM) and includes various FAR provisions relevant to small business and government contracting. The document outlines detailed instructions for offerors, clauses/terms, and conditions, along with evaluation criteria, highlighting NASA's focus on compliance, accountability, and support for small businesses in government contracts.
Apr 3, 2025, 7:05 PM UTC
This document outlines a Statement of Work for the annual support and maintenance of Xerox DocuShare software at NASA's Armstrong Flight Research Center in California. Two specific support plans are detailed: one for the Xerox DocuShare Standard Server and the other for the Incremental Server. Both plans include unlimited technical support, upgrades, and a subscription to newsletters, with coverage available via various communication methods. The maintenance services ensure continuous support, safeguarding the software investment through future upgrades, although professional services for custom work are billed separately. The contract runs from April 1, 2025, to March 31, 2026, demonstrating NASA's commitment to maintaining operational efficiency through reliable software support. This document represents part of a larger framework for federal grants and RFPs aimed at meeting agency operational requirements effectively.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
Visual Planning Software in support of the FY25 Spaceport Scheduling Project.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the procurement of Visual Planning Software to support the FY25 Spaceport Scheduling Project. The contract requires an on-premise subscription for various user licenses, along with comprehensive consulting and training services aimed at enhancing project management efficiency at the Kennedy Space Center. This software is critical for facilitating real-time, multi-user scheduling, minimizing conflicts, and ensuring seamless integration with existing systems, thereby maintaining operational continuity during the transition from the current BOSS contract to the new SOCS contract. Interested vendors must submit their quotes by April 7, 2025, and provide proof of authorization as a reseller of the Visual Planning software, with the goal of achieving full deployment by July 1, 2025. For further inquiries, contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
SW - Abaqus
Buyer not available
NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure maintenance services for SW - Abaqus, a specialized software essential for various engineering applications. The procurement will be conducted as a sole source contract with DASSAULT SYSTEMES AMERICAS CORP., the sole provider of this software, under the authority of FAR 13.106-1(b)(1)(i). The performance of this contract will take place at NASA's Glenn Research Center, and interested organizations are invited to submit their capabilities and qualifications by 12 p.m. Central Standard Time on April 7, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov.
RS Means Online
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is planning to issue a sole source contract for RS Means Online services, specifically targeting data management and analysis capabilities compliant with federal standards. The procurement will involve two distinct offerings: FedRAMP Name Users Complete Plus, which includes all datasets and predictive data, and FedRAMP Concurrent Complete Plus, providing support for one concurrent user along with up to ten named users. The contract is set for a period of one year after receipt of order and will be managed by NASA’s Marshall Space Flight Center, with qualifications due by 1 p.m. CST on April 7, 2025. Interested organizations should submit their qualifications in writing to Cara Craft at cara.s.craft@nasa.gov, as oral communications are not acceptable.
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.
5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the 5X Mission Assurance Support Services Recompete, aimed at providing specialized technical engineering services at the Jet Propulsion Laboratory (JPL) in La Canada Flintridge, California. This procurement is a total small business set-aside under NAICS code 541715, focusing on areas such as reliability engineering, quality assurance, and system safety engineering, with the intention of awarding multiple subcontracts for staff augmentation and task-based services. The selected subcontractors will support JPL's mission assurance division, which is critical for ensuring the reliability and safety of various space missions. Proposals are due by April 11, 2025, with a pre-proposal conference scheduled for March 17, 2025. Interested parties can contact Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or call 818-354-1623 for further information.
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.
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.
36-Bay Disk Servers
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the procurement of two Supermicro Storage Super Server SSG-641E-E1CR36H systems, which are critical for data-intensive simulations in the Hypersonic Technology Project at NASA Langley Research Center. The servers must meet specific technical requirements, including dual socket Intel Xeon Gold 6548N CPUs, a minimum of 1,152 GB of DDR5 ECC memory, and 20 enterprise-grade 18TB SAS HDDs, among other features. This acquisition is vital for enhancing NASA's computational capabilities in hypersonic research, with a delivery deadline set for September 30, 2025. Interested vendors should submit their offers by April 7, 2025, and can direct inquiries to Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
Panalytical Empyrean Service Contract Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew a service contract for the Panalytical Empyrean X-ray diffraction system, with the intention of issuing a sole-source contract to Malvern Panalytical Inc., the original equipment manufacturer. This contract is essential for providing emergency and scheduled maintenance, ensuring the operational integrity of the equipment critical for aerospace research, as only Malvern Panalytical can deliver the specialized technical support required due to the proprietary nature of the system. The contract is valued for the period from March 15, 2025, to March 14, 2026, and interested organizations must submit their qualifications by 7 a.m. Central Standard Time on April 8, 2025, to Shanna Patterson at shanna.l.patterson@nasa.gov for consideration in the procurement process.