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
Skydio X10 Starter Kit
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a Skydio X10 Starter Kit, specifically from Skydio, Inc., as part of a combined synopsis/solicitation. This procurement is set aside for small businesses and aims to acquire advanced technology compatible with both 2.4/5 GHz and 5G/LTE networks, essential for operations at the Kennedy Space Center in Merritt Island, Florida. The selected equipment will enhance NASA's capabilities in its missions, reflecting the agency's commitment to maintaining cutting-edge technology. Quotes are due by April 28, 2025, and interested offerors must direct any questions to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
Probe positioners and accessors
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of probe positioners and accessors through Request for Quotation (RFQ) 80NSSC25900999Q. This procurement is a brand-name requirement and is specifically set aside for small businesses, emphasizing compliance with federal regulations and promoting competitive practices. The goods are essential for various NASA operations, ensuring precise measurements and control in aerospace applications. Interested offerors must submit their quotes by April 23, 2025, at noon Central Time, directed to Sara Jusino-Terry via email, and must be registered with the System for Award Management (SAM).
Matrox Transmitter and Receiver
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for a Matrox Transmitter and Receiver under RFQ number 80NSSC25901617Q, specifically targeting small businesses. This procurement involves a Brand Name or Equal requirement, with detailed specifications outlined in the accompanying Statement of Work, and aims to ensure compliance with federal telecommunications standards and regulations. Interested offerors must submit their quotes via email by April 28, 2025, and are encouraged to address any questions in writing by April 24, 2025, while ensuring their quotes remain valid for 30 days. For further inquiries, potential bidders can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
FY25 FEACrack & Signal FFS Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its annual maintenance services for the FEACrack and FFS software solutions at the Marshall Space Flight Center. The procurement involves a sole source contract with QUEST INTEGRITY USA, LLC, which is the only provider capable of fulfilling this requirement, ensuring continued support and reliability of these critical software tools for NASA's operations. The period of performance for this renewal is set from May 16, 2025, to May 15, 2026, with interested organizations invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on April 23, 2025, to the primary contact, Cody Guidry, at cody.d.guidry@nasa.gov.
FY25 Atos Q Sensor Driver Software Support 1 Year
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure software support for the Atos Q Sensor Driver for a one-year period, from May 1, 2025, to April 30, 2026. This procurement aims to ensure consistent software maintenance for the ATOS System, which is critical for enhancing aerospace measurement and inspection capabilities at the NASA Marshall Space Flight Center in Huntsville, Alabama. The contract will be awarded on a sole-source basis to Carl Zeiss Industrial Quality Solutions, as they are the only provider capable of fulfilling these specific software support requirements. Interested organizations may submit their qualifications to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on April 25, 2025, to be considered for this procurement.
Fieldview Maintenance Network License
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Fieldview Maintenance Network License, which is essential for the ongoing support and maintenance of the Fieldview software used for data visualization and analysis. The procurement involves the renewal of 14 user licenses for floating license maintenance, allowing support for one user concurrently across multiple processors, with the performance period set from May 1, 2025, to April 30, 2026. This contract will be issued as a sole source to Tecplot Inc., the exclusive provider of this license, and interested organizations must submit their capabilities and qualifications by 12:00 p.m. Central Standard Time on April 23, 2025, to Lindsey McLellan at lindsey.m.mclellan@nasa.gov. The procurement will adhere to FAR regulations, and the government reserves the right to determine the competitive nature of the process.
Hexagon Renewal and PC-DMIS Offline License
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to procure a Hexagon Renewal and PC-DMIS Offline License through a sole source contract with Hexagon Manufacturing Intelligence, Inc. This procurement includes one PCDMIS CAD++ Offline Floating License, a one-year Hexagon MyCare PCDMIS Protection and Update Plan, and annual calibration services for specific Coordinate Measuring Machines (CMMs) at NASA's Langley Research Center in Hampton, Virginia. The importance of this procurement lies in maintaining the precision and reliability of critical measurement equipment, which is essential for NASA's operational efficiency. Interested parties must submit their qualifications and capabilities in writing by 7 a.m. CST on April 23, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.
AthenaHealth Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to renew various AthenaHealth and Medical Office Technologies software to support its medical operations from August 1, 2025, to July 31, 2026. The procurement includes 44 concurrent user licenses for athenaFlow EMR software, annual maintenance, and additional services such as medication management, e-prescribing, patient portals, and help desk support, reflecting NASA's commitment to maintaining efficient medical capabilities. Interested bidders must submit their qualifications, including a CAGE Code and compliance with federal regulations, by April 28, 2025, to be considered for this firm fixed-price contract. For further inquiries, interested parties can contact Cara Craft at cara.s.craft@nasa.gov.
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.
Request for Information - NASA Enterprise Grounds Maintenance, Custodial, and Pest Control Services
Buyer not available
The National Aeronautics and Space Administration (NASA) is issuing a Request for Information (RFI) to identify potential vendors for Grounds Maintenance, Custodial, and Pest Control services across various NASA facilities, including the Ames Research Center, Johnson Space Center, and Kennedy Space Center. The objective is to consolidate these services into one or several enterprise-wide contracts to enhance procurement efficiency and standardization, ultimately improving management across NASA locations. Interested vendors, particularly small businesses, are invited to submit capability statements demonstrating their experience in these service areas by May 2, 2025, with an industry day planned for further discussion of the requirements. For additional information, vendors may contact Kaitlyn Besanson at kaitlyn.besanson@nasa.gov.