NASA is seeking to procure Adobe subscriptions through a Single- Award BPA to provide Adobe software products, associated maintenance, and related services to support specific projects and systems.
ID: 80TECH25QA030Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to establish a Single-Award Blanket Purchase Agreement (BPA) for Adobe software products, maintenance, and related services to support various projects and systems. The procurement aims to secure essential Adobe products, including Creative Cloud and Experience Manager, which are integral to NASA's IT infrastructure and operational continuity. The BPA has an estimated value of $44 million over five years, with individual orders capped at $7.5 million, and responses to the Request for Quotations (RFQ) are due by October 24, 2025. Interested vendors can direct inquiries to primary contact Terri Ratcliff at terri.c.ratcliff@nasa.gov or secondary contact Nikkole Stites at nikkole.a.stites@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Aeronautics and Space Administration (NASA) Information Technology Procurement Office (ITPO) is issuing a Justification for Other Than Full and Open Competition (JOFOC) to award a Single-Award Blanket Purchase Agreement (BPA) for Adobe software and services. This action, identified as 80TECH25QA030, is justified under FAR Subpart 13.5 and 41 U.S.C. 1901, citing Adobe's proprietary nature and deep integration within NASA's existing IT infrastructure. The procurement aims to streamline access to essential Adobe products like Creative Cloud, Experience Manager, and Acrobat, ensuring standardization, mission continuity, and secure document management across the agency. NASA requires Adobe's comprehensive, integrated ecosystem for critical functions, and replacing it would incur substantial costs and operational risks due to the significant existing investment and tight integration. Market research confirmed no alternative vendor offers comparable breadth and integration. The BPA will have a five-year ordering period, with each order limited to $7.5M, and will be posted on SAM.gov as full and open competition for Adobe brand name products and services. The contracting officer will ensure fair and reasonable pricing through negotiation and price analysis.
    The NASA Adobe Blanket Purchase Agreement (BPA) Government Quality Assurance Surveillance Plan (QASP) outlines procedures for monitoring the contractor's performance to ensure compliance with the Performance Work Statement (PWS) and ordered services. The QASP, a living document, details the methods and resources NASA's HQ Information Technology Procurement Office (ITPO) will use to evaluate the contractor's adherence to performance standards and quality levels for Adobe software, maintenance, support, and professional services. This plan emphasizes a performance-based management approach, focusing on achieving desired outcomes rather than strict process compliance. The contractor is responsible for quality control, and the government will monitor performance, with roles and responsibilities defined for the Contracting Officer and the Contracting Officer's Representative, including annual performance assessments using CPARS.
    This Blanket Purchase Agreement (BPA) between NASA's Information Technology Procurement Office (ITPO) and a contractor procures Adobe products and services. All orders will be firm-fixed-price, with potential for additional discounts. The BPA has an estimated ordering value of $44 million over five years, with individual call orders not exceeding $7.5 million. Calls can only be issued by NASA ITPO Contracting Officers and must follow specific procedures, including Section 508 compliance. The agreement incorporates various FAR and NASA FAR Supplement clauses, including prohibitions on specific hardware, software, services, and unmanned aircraft systems from certain foreign entities or those posing security risks. Contractors must safeguard Federal contract information and report any non-compliance with these prohibitions.
    NASA's Information Technology Procurement Office (ITPO) is establishing a Single-Award Adobe Blanket Purchase Agreement (BPA) for Adobe products and services. All orders will be firm-fixed-price, with opportunities for additional discounts. The BPA is valid for five years and has an estimated ordering value of $44 million, though not guaranteed. Individual orders cannot exceed $7.5 million. Only NASA ITPO Contracting Officers are authorized to issue calls. Deliveries are required within two business days. All products and services must comply with Section 508 accessibility standards. The BPA incorporates various Federal Acquisition Regulation (FAR) and NASA FAR Supplement (NFS) clauses, including prohibitions on certain foreign-made IT, telecommunications equipment, and unmanned aircraft systems, as well as requirements for safeguarding contractor information systems.
    This document is a Standard Form 1449, a federal solicitation/contract/order for commercial products and services, specifically noting a Women-Owned Small Business (WOSB) set-aside. It details the framework for a Blanket Purchase Agreement (BPA) for Adobe products, with a total award amount of $47 million and an expiration date of September 26, 2025. Key information includes the issuing office (NASA Information Technology Procurement Office), NAICS code (513210), and payment instructions via NSSC. The form outlines sections for requisitions, contract details, offer submission, schedule of supplies/services, and acceptance of terms by both the contractor/offeror and the contracting officer. It also specifies relevant Federal Acquisition Regulation (FAR) clauses and provides checkboxes for various small business set-asides, with an emphasis on Women-Owned Small Businesses.
    This document, Amendment 2 to Solicitation 80TECH25OA030, modifies the solicitation for the Adobe Single Award Blanket Purchase Agreement. Issued by the NASA Information Technology Procurement Office, this amendment provides an updated Standard Form 30 (SF30) associated with Amendment 1 and an updated Pricing Exhibit. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged and in full effect. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    This document, Amendment P00003 to Solicitation 80TECH25QA030, issued by the NASA Information Technology Procurement Office, serves to amend the original solicitation. Its primary purpose is to post questions and answers related to the solicitation and to extend the due date for offers to October 17, 2025, at 4:00 PM ET. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may lead to the rejection of the offer. Changes to already submitted offers can be made via letter or electronic communication, provided they reference the solicitation and amendment and are received before the new opening date. The document also includes standard forms for amendments/modifications of contracts, detailing codes, dates, and administrative information for both solicitations and contract modifications, clarifying that all other terms and conditions remain unchanged.
    The document is a digital signature from Valerie Ballard dated October 21, 2025. This signature likely serves as an authentication or approval for an associated government file, such as an RFP, grant application, or state/local RFP document. Its purpose is to validate the content and confirm the signatory's acceptance or authorization within a formal government context.
    The provided document is a digital signature from Valerie Ballard, dated October 22, 2025, at 12:18:20 PM -05'00'. The document itself contains no further content or context beyond this digital signature. Therefore, its main purpose within the context of government RFPs, federal grants, or state/local RFPs cannot be determined from this isolated snippet. It likely serves as an authentication or approval stamp for a larger, unprovided document.
    The provided document is a digital signature from Valerie Ballard, dated October 24, 2025, at 14:51:45 -05'00'. Within the context of government RFPs, federal grants, or state/local RFPs, this signature likely serves as an official endorsement or authentication for a document related to one of these processes. It signifies approval, verification, or submission of a government file, ensuring its legitimacy and accountability.
    The document outlines the pricing model and instructions for an Adobe Enterprise Term License Agreement (ETLA) and associated services for NASA, structured around a Blanket Purchase Agreement (BPA). It details how quoters must submit competitive unit costs for various Adobe products across five ordering years using the provided BPA Pricing Model tab. The pricing exhibit includes three tabs: Pricing Instructions, the BPA Pricing Model, and Attachment C – Adobe Price List. All prices must be inclusive of all costs. The BPA Pricing Model uses sample quantities for evaluation, with quoters responsible for populating unit costs in specified cells. The Total BPA Evaluated Price will be automatically calculated as the sum of line item unit costs for Ordering Years 1-5, and quoters must verify its accuracy before submission. AEM: MS ENHANCED SECURITY is highlighted as a custom CLIN priced at the call order level, used for evaluation only. The Adobe Price List tab will become Attachment C upon BPA award.
    This government file details the pricing model and instructions for an Adobe Enterprise Term License Agreement (ETLA) as part of a Request for Quotation (RFQ) for NASA. It outlines three tabs in the Adobe Pricing Exhibit: Pricing Instructions, BPA Pricing Model, and Attachment C - Adobe Price List. The primary goal is to secure price reductions from quoters for various Adobe products. Quoters are required to complete unit cost pricing for each Adobe line item across five ordering years in the BPA Pricing Model tab, which includes example quantities for evaluation purposes. The total BPA Evaluated Price will be automatically calculated based on these entries. The Adobe Price List tab will auto-populate from the BPA Pricing Model and become Attachment C upon award. Quoters must verify the accuracy of their total evaluated prices before submission.
    This document outlines the pricing instructions and structure for an Adobe Enterprise Term License Agreement (ETLA) Request for Quotation (RFQ) for NASA, focusing on the BPA Pricing Model. Quoters must provide competitive unit costs for various Adobe products and services across five ordering years. The pricing exhibit includes three tabs: Pricing Instructions, the BPA Pricing Model, and the Attachment C - Adobe Price List. The BPA Pricing Model uses sample quantities for evaluation purposes, and the total evaluated price is automatically calculated from the sum of line item unit costs for all five ordering years. Custom CLINs like Adobe Experience Manager: MS ENHANCED SECURITY and Milestone Professional SVC are priced at the call order level. The Adobe Price List tab will become Attachment C upon BPA award. Quoters are responsible for verifying the accuracy of their submitted pricing.
    This government file outlines the pricing model and instructions for an Adobe Enterprise Term License Agreement (ETLA) Request for Quotation (RFQ) by NASA, per FAR 13.106-2. The RFQ includes three tabs: Pricing Instructions, BPA Pricing Model, and Attachment C - Adobe Price List. Quoters must submit competitive pricing by completing unit costs for Adobe line items across five ordering years in the BPA Pricing Model. Custom CLINs like Adobe Experience Manager: MS ENHANCED SECURITY and Milestone Professional Services are for evaluation only. The Total BPA Evaluated Price will be automatically calculated as the sum of unit costs for Ordering Years 1-5, and quoters must verify its accuracy before submission. The Adobe Price List tab will become Attachment C upon BPA award, listing various Adobe products and services along with their SKUs and quantities for each ordering year.
    This document outlines the pricing model and instructions for an Adobe Enterprise Term License Agreement (ETLA) as part of a government Request for Quotations (RFQ) for NASA. It details a three-tab Adobe Pricing Exhibit: Pricing Instructions, BPA Pricing Model, and Attachment C - Adobe Price List. Quoters are required to submit competitive unit cost pricing for various Adobe line items across five ordering years within the BPA Pricing Model tab, which also includes sample quantities for evaluation. The Total BPA Evaluated Price will be automatically calculated based on these entries. The Adobe Price List will auto-populate from the BPA Pricing Model and will become Attachment C upon award. A specific custom CLIN, Adobe Experience Manager: MS ENHANCED SECURITY, is priced at the call order level and is for evaluation only in the BPA Pricing Model. The document stresses the Quoter's responsibility to verify the accuracy of the total evaluated prices before submission.
    Similar Opportunities
    LaRC Abaqus Software Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    FY26 Wave6 Renewal
    Buyer not available
    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
    Buyer not available
    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.
    AVEVA WonderWare Software Maintenance Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its AVEVA WonderWare Software Maintenance through a sole source contract with INSOURCE SOFTWARE SOLUTIONS, INC. This renewal is crucial for ensuring continued technical support and access to software upgrades for the AVEVA WonderWare Customer FIRST - Standard Level Software Maintenance at the NASA Stennis Space Center in Mississippi. The period of performance for this contract is set from November 21, 2025, to November 20, 2026, with a need-by date of December 30, 2025. Interested organizations may submit their capabilities and qualifications by December 8, 2025, at 12:00 p.m. Central Standard Time, although NASA reserves the right to proceed with a non-competitive award. For further inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    SNA Software LLC. Limited Source Justification
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    Justication for Other Than Full and Open Competition (JOFOC) for Unit Price Agreement Tracking System (UPATS) Blanket Purchase Agreement (BPA)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to justify the use of Other Than Full and Open Competition (JOFOC) for the Unit Price Agreement Tracking System (UPATS) Blanket Purchase Agreement (BPA). This action aims to provide a formal justification for the procurement process, which is crucial for maintaining efficient operations within NASA's facilities. The services involved pertain to the maintenance of office buildings, highlighting the importance of ensuring a well-functioning work environment for NASA personnel. For further details, interested parties can contact Russellyn Hart at Russellyn.hart-1@nasa.gov, and additional information about NASA can be found at their official website, https://www.nasa.gov.
    Next Space Technologies for Exploration Partnerships -3 (NextSTEP-3) Omnibus
    Buyer not available
    NASA's National Aeronautics and Space Administration is initiating the Next Space Technologies for Exploration Partnerships-3 (NextSTEP-3) Omnibus, aimed at fostering partnerships to advance technologies for human space exploration, particularly for lunar and Mars missions. This initiative invites proposals for studies, research, and technology development that align with NASA's Moon to Mars exploration strategy, with a focus on enabling long-term human presence throughout the solar system. The Omnibus is effective from September 27, 2024, to September 26, 2029, and will issue specific solicitations through BAA Appendices detailing research opportunities, eligibility criteria, and funding ranges, with awards potentially starting below $100K and exceeding several million dollars based on project scope. Interested parties can reach out to the NASA ESDMD Moon to Mars Program Office at HQ-NextSTEP-BAA@mail.nasa.gov for further information.
    NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) NASA INFORMATION TECHNOLOGY PROCUREMENT OFFICE (ITPO) JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOFOC) For the Enterprise Applications Service Technologies (EAST) 2 Contract, NNX16MB01C
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to extend the Enterprise Applications Service Technologies (EAST) 2 contract, NNX16MB01C, through a Justification for Other Than Full and Open Competition (JOFOC). This action aims to increase the contract ceiling by $150 million and extend the period of performance by 12 months, with an option for an additional six-month extension, to ensure continued support for critical IT and telecom business application development services. The modification will be awarded as a sole source contract to the current prime contractor, Science Applications International Corporation (SAIC), with the new contract period extending through June 30, 2024. For further inquiries, interested parties may contact Christy Moody at christy.r.moody@nasa.gov.
    JOFOC For the Enterprise Applications Service Technologies EAST2 Contract, NNX16MB01C
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for the Enterprise Applications Service Technologies (EAST2) Contract, identified by the contract number NNX16MB01C. This procurement focuses on IT and telecom business application development support services, which are critical for enhancing NASA's operational efficiency and service delivery. The contract will involve labor services that support the development and maintenance of enterprise applications, underscoring the importance of robust IT solutions in NASA's mission. Interested vendors can reach out to Christy Moody at christy.r.moody@nasa.gov for further details regarding this opportunity.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.