FY25 LaRC D2 Epsilon3 SW Renewal
ID: 80NSSC25896993QType: Special Notice
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 - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking to renew its contract for the Epsilon3 software, which is critical for the engineering needs of the Langley Research Center (LaRC). This procurement involves the renewal of maintenance for an on-prem deployment of Epsilon3, including 25 licenses for the Pro version, with a performance period from April 4, 2025, to April 3, 2026. The Epsilon3 software is integral to LaRC's Assembly, Integration, and Test (AI&T) processes, supporting digital transformation and ensuring project efficiency. Interested vendors may submit their qualifications by March 6, 2025, at 7 a.m. Central Standard Time, although the government retains discretion over whether to open the procurement to competitive bidding. For further inquiries, contact Procurement Specialist Shanna Patterson at shanna.l.patterson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Langley Research Center requires the renewal of maintenance for Epsilon3 software, which is essential for the LaRC Engineering Directorate's project needs. The procurement includes an on-prem deployment and a specified quantity of 25 licenses for Pro version 1-50. The work will be conducted at the NASA Langley Research Center located in Hampton, Virginia, and the period of performance is set from April 4, 2025, to April 3, 2026. This request reflects the center's commitment to ensuring their engineering projects are supported by reliable software solutions.
    The document outlines a recommendation by the NASA Shared Services Center to engage in sole-source negotiations with Epsilon3 for the Fiscal Year 2025 software renewal, crucial for the NASA Langley Research Center's (LaRC) Assembly, Integration, and Test (AI&T) processes. The proposed period for this service is from April 4, 2025, to April 3, 2026, and it emphasizes the unique capabilities of Epsilon3, which supports the digital transformation in engineering processes. Epsilon3 was selected after extensive evaluations against other software solutions due to its alignment with LaRC's requirements for digital test procedures, cost-effectiveness, and user-friendly interface. Transitioning to a different vendor would incur significant costs and schedule delays, as the approved Security Impact Assessment and existing training investments are tied to Epsilon3. The recommendation stresses that alternatives would require additional training, extensive time for reassessment, and potentially lead to project disruptions, affirming Epsilon3 as the most efficient and cost-effective option currently available for NASA's needs.
    NASA/NSSC seeks to secure a sole source contract for the FY25 LaRC D2 Epsilon3 Software Renewal from EPSILON3, INC., which is recognized as the only supplier. The procurement will occur at NASA’s Langley Research Center, adhering to FAR Parts 12 and 13 for the acquisition of commercial items and services. The designated NAICS code for this procurement is 513210. Organizations wishing to participate may submit their qualifications in writing by March 6, 2025, at 7 a.m. Central Standard Time for consideration of competitive procurement. However, the government's decision on whether to open this procurement to competitive bidding remains discretionary. Oral communications are not allowed. The notice also references the applicable NASA ombudsman clause for this acquisition. The contact for further information is Procurement Specialist Shanna Patterson.
    Lifecycle
    Title
    Type
    Special Notice
    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.
    FY25 Seredata Facility and Data Enterprise License Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking a sole source contract for the FY25 Seredata Facility and Data Enterprise License Renewal, with SLINGSHOT AEROSPACE LTD identified as the exclusive provider. This procurement aims to support risk and reliability assessments for key NASA programs, including Gateway, SLS, EM1, and Commercial Crew, by providing a license for unlimited users within the SMA Group and a full data download facility for a duration of 12 months. The license is crucial for maintaining timely access to vital data that underpins NASA's ambitious space exploration initiatives. Interested organizations must submit their qualifications by 1 p.m. CST on March 6, 2025, and can contact Cara Craft at cara.s.craft@nasa.gov for further information.
    PSO SCADA Development & Power Monitoring Expert software Upgrades
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure software upgrades for the PSO SCADA Development and Power Monitoring Expert (PME) systems at the Stennis Space Center in Mississippi. The upgrades include transitioning the PSO software from version 8.2 to PO 2024 and the PME software from version 2022 to PME 2024, with key tasks involving application engineering, maintaining existing graphic formats, and ensuring data transfer limits without altering server configurations. This procurement is critical for maintaining the operational capabilities of the National Center for Critical Information Processing and Storage (NCCIPS) Facility, reflecting NASA's commitment to advanced technology support. Interested organizations must submit their qualifications in writing by 4:00 p.m. Central Standard Time on March 4, 2025, and should direct inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    Bentley AutoPIPE Perpetual License & SELECT Sub
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Bentley AutoPIPE Perpetual License along with a SELECT Subscription for pipe stress analysis at the Langley Research Center's High Temperature Wind Tunnel. This procurement is crucial for maintaining compatibility with existing software systems used at the facility, ensuring efficient project management and access to historical data. The contract is set aside for small businesses, with bids due by February 19, 2025, at 4:00 p.m. CT, and interested vendors must be registered on SAM.gov. For inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov, with an estimated delivery period of twelve months following the award date.
    FY25 Invenio
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide Invenio software licenses under the FY25 Invenio project, as outlined in solicitation number 80NSSC25894148Q. The procurement includes a requirement for one Production License and one Test/Dev License, which are essential for efficiently indexing and querying medical data within NASA’s Information Management Platform for Analytics & Aggregation (IMPALA) suite. This software is critical for supporting the agency's healthcare data processing needs, particularly for users such as epidemiologists and biostatisticians. Quotes are due by March 6, 2025, and interested parties must register on the SAM website and comply with various federal regulations; for further inquiries, contact Cody Guidry at cody.d.guidry@nasa.gov.
    NRESS III Draft RFP 80HQTR25R7002
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the NRESS III Draft Request for Proposal (RFP) 80HQTR25R7002, aimed at providing research and education support services, including professional and IT services for NASA's peer review program. The contract, which is set aside for 8(a) businesses, will facilitate the management of research proposals, outreach programs, and compliance with federal grant policies, ensuring efficient contract management and adherence to NASA's operational standards. The anticipated contract value ranges from a minimum of $5 million to a maximum of $365,208,886, with proposals due approximately 30 days after the final RFP release on April 29, 2025. Interested parties can direct inquiries to Chanda Cannon at chanda.m.cannon@nasa.gov or Jasmine N. Jett at jasmine.n.jett@nasa.gov.
    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.
    Concurrent Real-Time Maintenance Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Concurrent Real-Time Maintenance Renewal, aimed at securing maintenance services for critical hardware and software systems at the NASA Ames Research Center. This procurement is specifically for brand-name services related to the iHawk System, NightStar Tools software, and the RedHawk Frequency-Based Scheduler, ensuring continued operational support and functionality of these essential systems. The maintenance renewal period is set from February 26, 2025, to February 25, 2026, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in compliance with federal regulations. Interested bidders should contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details and must register in the System for Award Management (SAM) to submit their proposals.
    NetApp DS212C HW Accessories/Services & ONTAP SW
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking vendors to provide hardware and software services, specifically for the NetApp DS212C Storage Shelf and ONTAP software, to replace aging disk drives at the Johnson Space Center (JSC) in Houston, Texas. The procurement includes various components such as cables, a rail kit, empty storage shelves, and drive packs, with a total requirement of 36 drive packs and 8 storage shelves, emphasizing the need for modern storage solutions to support NASA's data management capabilities. Interested vendors must submit their quotes by March 3, 2025, ensuring compliance with federal regulations, and address any technical inquiries by February 28, 2025, to Cara Craft at cara.s.craft@nasa.gov.
    Hitachi S-5200 SEM Service Contract
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to establish a sole source service contract with Hitachi High-Tech America, Inc. for the maintenance and operational support of the Hitachi S-5200 Scanning Electron Microscope (SEM) at the Langley Research Center in Hampton, Virginia. This contract, which will run from April 5, 2025, to April 4, 2026, is critical for ongoing research in materials processing and analysis, particularly in the characterization of nanomaterials. Interested organizations are invited to submit their qualifications by 7 a.m. CST on March 6, 2025, to assess potential competition, although the government retains the discretion to proceed with the sole source procurement. For further inquiries, Shanna Patterson can be contacted at shanna.l.patterson@nasa.gov.