Dell Progress ECS Connection Manager H1 1 Year Renewal License
ID: 80NSSC882610QType: 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 - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) is seeking to acquire a one-year renewal license for the Dell Progress ECS Connection Manager, specifically for use at the Kennedy Space Center (KSC). This procurement is a brand name requirement, emphasizing the necessity of this specific software to maintain the Cyber Security Infrastructure (CSI) Enterprise Cyber Logging (ECL) systems, which are critical for data handling and operational efficiency. The renewal license is essential for ensuring continuity of service and upholding NASA's operational standards, with the procurement set aside for small businesses and requiring compliance with federal acquisition regulations. Interested vendors must submit their bids by September 11, 2024, and direct any inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov by September 9, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work pertaining to the procurement of a renewal license for the Dell Progress ECS Connection Manager H1 for the NASA Kennedy Space Center (KSC). The primary objective is to secure a one-year renewal license to facilitate daily operations at KSC. The specification details a quantity of one unit under part number AC831630, indicating this is a straightforward procurement requiring minimal specifications beyond identifying the product. The services will be rendered at the KSC, with the period of performance set for one year from the award date. This acquisition illustrates NASA's commitment to maintaining essential software tools necessary for their operational tasks at the Kennedy Space Center. The document adheres to typical government procurement frameworks, providing clear specifications and performance expectations essential for potential vendors.
    This document constitutes a recommendation from NASA's Shared Services Center to proceed with a brand name justification for the acquisition of a one-year renewal license for the Dell Progress ECS Connection Manager. This specific product is necessary for maintaining the Cyber Security Infrastructure (CSI) Enterprise Cyber Logging (ECL) systems, facilitating the data handling for Splunk data stored in Dell ECS. The justification underscores the unique capabilities of the Dell technology, emphasizing the critical nature of its support services which must be available continuously to ensure operational efficiency. The report argues that utilizing an alternative vendor could adversely impact the government in terms of increased costs, delays, and compatibility issues, making the procurement not only essential but also cost-effective. Overall, achieving continuity of service through this procurement is framed as vital to uphold NASA's past investments and operational standards.
    The document is a Request for Quotation (RFQ) from the NASA Shared Services Center for a 1-Year Renewal License of the Dell Progress ECS Connection Manager at NASA Kennedy Space Center. It outlines the solicitation structure, including sections such as the Statement of Work, Instructions to Offerors, and Quote Evaluation Criteria. Bids must be submitted by 9/11/2024, with queries directed to the provided email by 9/9/2024. The procurement is set aside for small businesses, requiring bidders to be registered with the System for Award Management (SAM). Key contractual conditions include compliance with telecommunications regulations, representations and certifications on business operations, and adherence to various federal acquisition regulations. The RFQ emphasizes strict guidelines, including maintaining communication in writing and completing all necessary certifications for eligibility. Overall, the document serves to guide potential contractors through the bidding process while ensuring compliance with federal regulations and promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY24 HPE Maintenance Renewal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking bids for the FY24 HPE Maintenance Renewal, aimed at acquiring essential maintenance services for HPE hardware at the Langley Research Center (LaRC) in Hampton, Virginia. The procurement includes support for various components such as SGI Clusters, servers, power cords, and memory modules, with a performance period from August 1, 2024, to July 31, 2025. This initiative underscores NASA's commitment to maintaining its critical computing infrastructure, which is vital for its research capabilities. Interested vendors should reference RFQ number 80NSSC24878914Q in all correspondence and include their CAGE code in quotes, with inquiries directed to Brianna Faye at brianna.n.ladner@nasa.gov.
    FY24 Verint Annual Maintenance & Support Coverage Standard Plan
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide annual maintenance and support coverage for the Verint Media Recorder systems at the Kennedy Space Center. This procurement, designated as RFQ 80NSSC24883335Q, is critical for ensuring the operational integrity of audio recording systems used in radio and VoIP telephone communications, particularly during significant missions such as those related to the Artemis and International Space Station programs. The maintenance services are essential for compliance with operational standards and public safety needs, and the contract period is set from September 1, 2024, to April 30, 2025, with options for annual renewal. Interested parties must submit their quotes by September 19, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.
    Concurrent Real-Time Inc. iHawk computer maintenance agreement renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking to renew the maintenance agreement for Concurrent Real-Time Inc. iHawk computers. This agreement is essential for the operation and upkeep of the iHawk computer systems. NASA/NSSC intends to issue a sole source contract to Concurrent Real-Time Inc., the sole provider of this service. The performance location will be at NASA/Ames Research Center (ARC) in the USA. Interested organizations must submit their capabilities and qualifications by 12/24/2022. This procurement falls under the Total Small Business Set-Aside (FAR 19.5) category.
    Spare Netscanner modules for the Netscanner system installed at W7 Test Facility in NASA GRC.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking authorized resellers of TE Connectivity to provide spare Netscanner modules for the Netscanner system installed at the W7 Test Facility in Cleveland, Ohio. This procurement is a full and open competition, with specific requirements for the Intelligent Pressure Scanner (Model 9916), which includes precise accuracy, robust overpressure capabilities, and compatibility with existing systems. The procurement is critical for maintaining operational integrity and efficiency at NASA's research facilities, ensuring the availability of essential pressure measurement equipment. Quotes are due by September 20, 2024, and interested vendors should contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420 for further details.
    FY24 Larc Tecplot 360 Commercial Site License renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking a renewal for the FY24 Larc Tecplot 360 Commercial Site License. This license is typically used for IT and Telecom - Business Application/Application Development Software as a Service. The service will be performed in Hampton, VA (zip code: 23681), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    NASA Launch Services II 2024 On-Ramp
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is initiating an on-ramp opportunity for its Launch Services II (NLS II) contract, which remains open until June 30, 2030. This procurement aims to secure launch services from domestic providers capable of delivering payloads of at least 250kg to orbit, adhering to specific risk mitigation categories as outlined in NASA Policy Directive 8610.7D. The NLS II contract is critical for supporting NASA's missions by ensuring reliable access to space through certified launch vehicles. Interested parties must notify NASA of their intent to submit proposals by September 27, 2024, and provide details about their launch vehicle configurations and current flight manifest. For further inquiries, contact Jason R. Siewert at jason.r.siewert@nasa.gov or call 321-407-0250.
    Ruggedized Iridium SATCOM System
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide a ruggedized Iridium SATCOM system, specifically the Flightcell DZMx model, through a total small business set-aside contract. The procurement aims to acquire a communication system that meets stringent interoperability requirements with NASA's existing configurations, including capabilities for Push-To-Talk and phone calls, as well as compliance with DO-160G standards for environmental resilience. This specialized equipment is critical for ensuring reliable communication in diverse and challenging operational environments, supporting NASA's mission objectives. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov, ensuring compliance with federal acquisition regulations and registration at SAM.gov.
    Spaceport Operations and Center Services (SOCS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Request for Proposal (RFP) for Spaceport Operations and Center Services (SOCS) at the Kennedy Space Center in Florida. The procurement aims to secure services related to the maintenance and operations of NASA facilities, infrastructure, utilities, logistics, and spaceport integration. These services are critical for supporting NASA's ongoing missions and ensuring the operational readiness of its spaceport facilities. The anticipated release date for the RFP is on or about August 29, 2024, with proposals due by October 31, 2024. Interested parties can reach out to Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information.
    FY24 Renewal of CDP Hardware/Software Maintenance Support
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking FY24 Renewal of CDP Hardware/Software Maintenance Support. This service is typically used for the maintenance and support of hardware and software related to the CDP (Continuous Diagnostics and Mitigation) system. The place of performance is Houston, TX (zip code: 77058), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Aeronautics and Exploration Mission Modeling and Simulation (AEMMS) Extension 5
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the Aeronautics and Exploration Mission Modeling and Simulation (AEMMS) contract with Science and Technology Corporation (STC) on a sole source basis. This extension is necessary to continue critical mission work related to various projects, including Artemis, Air Traffic Management, and Mars Rotorcraft Technology Development, for an additional eight months, from December 1, 2024, through July 31, 2025, if all options are exercised. The Government intends to evaluate capabilities and qualifications from interested organizations to determine if a competitive acquisition is warranted, with submissions due by 5:00 PM PDT on October 2, 2024. For further inquiries, interested parties may contact Rachel Jandron at Rachel.A.Jandron@nasa.gov or Shane Chapman at shane.p.chapman@nasa.gov.