The NASA Research and Education Support Services (NRESS) III Statement of Work outlines the requirements for a contractor to manage and support NASA's research and education programs. The contractor will facilitate research opportunities, manage proposals, conduct reviews, and provide IT management and compliance. Key responsibilities include contract management, adherence to grants and records management policies, OCIO compliance, and developing standard operating procedures. The contractor will also provide subject matter expertise, manage supplies, and ensure personnel complete required NASA training. A significant portion of the work involves managing NASA's peer review program, encompassing solicitation planning, proposal submission and review, and post-review documentation. The contractor is also expected to propose and implement system improvements, manage IT infrastructure, and support electronic commerce initiatives while ensuring all systems comply with NASA and federal security and accessibility standards.
This document, "INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) DIRECT LABOR RATES, INDIRECT RATES AND FEE MATRICES," is part of Solicitation 80HQTR26R0002, outlining pricing requirements for task orders. It specifies not-to-exceed rates for prime direct labor, indirect costs, and fixed fees over six contract years. The document also details Cost Estimating Relationships (CERs) for Other Direct Costs (ODCs) and requires offerors to provide position qualifications for all direct labor categories. These matrices ensure consistent pricing across task orders, contributing to the overall financial framework of the federal government RFP.
Attachment C outlines the financial management reporting requirements for Solicitation 80HQTR26R0002, specifically for Contract TBD. Contractors must submit NASA 533 series reports in accordance with NPR 9501.2E and additional instructions from the Contracting Officer. Reports are required for each Task Order and a cumulative summary, detailing hours and costs by specific categories. A narrative explanation is mandated for variances exceeding plus or minus 10% between estimated and actual direct labor hours and/or total estimated costs for individual task orders, explaining the reason, impact, and corrective actions. Distribution of reports follows a specific schedule: an initial NF 533Q within 30 working days of contract award, NF 533M reports by the tenth working day monthly, and NF 533Q reports by the fifteenth day of the month preceding the quarter. The detailed reporting requirements include breakdowns for prime and subcontractor direct labor hours and costs, prime overhead expenses, other direct costs (ODCs), G&A expense, total estimated cost, fixed fee, and total Cost-Plus-Fixed-Fee (CPFF).
The provided document is a comprehensive inventory of Government Furnished Property (GFP) under Contract No. 80HQTR21D0002 for NRESS II, with items located in Arlington and Reston. The inventory lists various equipment, predominantly IT infrastructure, including servers, switches, storage devices, notebook and desktop computers, monitors, printers, external drives, firewalls, routers, KVMs, and UPS units. Each entry details the Asset ID, Contract No, Site, Acquisition Cost, Quantity On Hand (generally one per item), Asset Usage (Active), and Asset Condition (USABLE). The document highlights the extensive range of IT assets that are government-furnished, indicating a significant investment in technology infrastructure to support the NRESS II contract operations.
Attachment E outlines the Contract Data Requirements List (CDRL) for NASA Solicitation 80HQTR26R0002, issued in April 2025. This document defines the contractual data deliverables from the contractor to the government, emphasizing that all data must adhere to the specified Data Requirements Descriptions (DRDs). It details three DRD types: Type 1 requires written approval before release, Type 2 allows NASA a time-limited right to disapprove, and Type 3 does not require NASA approval. The attachment also covers general requirements for subcontractor data, distribution, electronic format, and encrypted email transmittal, including specific content for transmittal memorandums. Document identification, data restriction markings, and revision procedures are also detailed, along with procedures for maintaining and changing the CDRL and DRDs. Key DRDs listed include Organizational Conflict of Interest and Security Requirements for Unclassified IT Resources.
Attachment G, titled "CONTRACT HISTORICAL DATA," outlines the requirements for contractors to provide detailed historical data for a follow-on solicitation (80HQTR26R0002) for services similar to those provided under the current contract. NASA intends to use this data to ensure fair evaluation, realistic pricing, and to minimize cost/price as a discriminator among offerors. Upon written request from the Contracting Officer, the contractor must provide, within 30 days, comprehensive labor resource information for the preceding 12 months, including labor categories, work year equivalents (WYEs), weighted average wage rates, seniority levels, wage escalation details, exempt/non-exempt/union status, and position descriptions. Additionally, the contractor must provide actual non-labor expenditures (Other Direct Costs) for materials, equipment, travel, supplies, and other recurring ODCs. Estimates of WYEs for indirect personnel (administrative, management, technical) and the contractor's productive work year hours for exempt and non-exempt employees are also required. This data must be provided for both the prime contractor and all significant subcontractors (those performing at least a TBD percentage of cumulative contract effort). A consolidated response is preferred, but alternative approaches for sensitive cost data can be discussed.
Attachment H, titled "Organizational Conflicts of Interest (OCI) Avoidance Plan," is a crucial component of Solicitation 80HQTR26R0002, dated December 2025. This document is required to be submitted as part of a proposal, indicating its importance in the federal procurement process. Its primary purpose is to outline strategies and plans for identifying, mitigating, and avoiding organizational conflicts of interest, ensuring fair competition and integrity in the contract award. The inclusion of this attachment in a solicitation emphasizes the government's commitment to preventing situations where a contractor's objectivity or ability to perform could be impaired due to existing relationships or prior activities.
This document, "ATTACHMENT I INFORMATION SYSTEMS SECURITY PLAN DECEMBER 2025," is part of Solicitation 80HQTR26R0002. It outlines the Information Systems Security Plan, which is a mandatory deliverable to be submitted at the start of the phase-in period for the contract referenced as TBD. The document emphasizes the importance of information security within the context of a federal government solicitation, indicating that robust security measures for information systems are a key requirement for the impending contract.
Attachment J, titled "Organizational Conflict of Interest (OCI) Data Requirements Description (DRD)," outlines NASA's requirements for contractors to identify, mitigate, and report OCIs. This administrative DRD, associated with Solicitation 80HQTR26R0002, mandates the submission of an OCI Plan with initial proposals. The plan must detail the contractor's approach to OCI management, including point of contact, understanding of OCI principles, company procedures for screening and reporting, employee training, breach reporting, coordination with affiliated companies, and reporting of potential/actual OCIs during contract performance. It also requires the disclosure of all current and past NASA and non-NASA federal contracts, as well as other financial interests that could lead to OCIs. The OCI Plan must be updated as necessary, approved by the contracting officer, and subject to annual review and self-audits. This document is crucial for ensuring fair competition and ethical conduct in government contracting.
Attachment K, titled "Security Requirements for Unclassified IT Resources Data Requirements Description (DRD)," outlines the mandatory IT security and Cyber Supply Chain Risk Management (C-SCRM) requirements for contractors working with NASA. This document, associated with Solicitation 80HQTR26R0002, ensures the protection of unclassified NASA information and systems. Key requirements include the submission and approval of Information System Security Plans and C-SCRM plans, annual certification for non-federal systems handling NASA non-public information, and immediate incident notification. Contractors must designate an IT Security Point of Contact. All personnel requiring access to NASA information or systems must complete annual IT Security Awareness Training and role-based training. The document specifies submission frequencies and formats for deliverables, referencing relevant FAR, NFS, NIST, and NASA policies. Compliance extends to all contracts utilizing Government-funded IT that interact with NASA's IT resources.
Attachment L, titled 'Requirements Statements List,' outlines mandatory procedures for contractor and subcontractor employees engaged in official NASA international travel. These requirements, supplementing the statement of work, include pre- and post-travel Counterintelligence Threat Briefings for travel to designated high-threat countries, emphasizing protection of NASA sensitive information. Additionally, all international travelers must obtain country clearance via the Department of State's electronic Country Clearance (eCC) process, coordinating with NASA's contracting officer's representative (COR) and Foreign Travel Coordinator (FTC) at least 30 business days in advance. Travelers must also complete Counter Threat Awareness Training (CTAT) and adhere to health requirements and NASA IT device usage policies, ensuring compliance with both NASA and State Department regulations for safe and secure international engagements.
The document outlines the hardware and software components of the NSPIRES production system. Hardware includes HP DL380 GEN10 servers for application and PDF services, HPE Storage MSA 2050 SAN for production and non-production mass storage, and Juniper and Cisco switches. The software components consist of Oracle 11.2.2 for the relational database, Oracle WebLogic 10.3.4 for the application server, Apache 2.2.21 as the web server, RedHat Linux 7.6 for the operating system, and Java 7 for the application code. This specification details the technical infrastructure supporting the NSPIRES system.
The NASA letter informs a proposer that their submission to a NASA Research Announcement was not selected for funding in Fiscal Year 2019. The decision followed a technical review by a panel of scientists, which also considered programmatic relevance and cost reasonableness. While numerous proposals were submitted, and a significant portion received high ratings, the available budget for new programs was limited. The letter includes the panel's evaluation of the proposal and provides contact information for questions regarding the review process.
This letter, dated February 6, 2020, informs a proposer that their Step-1 proposal, entitled «Title»—«Response_number», for the Dynamic Power Convertors for Radioisotope Power Systems (DPC4RPS) program element (NNH16ZDA001N, ROSES-2016 C.22), was not within the scope of the program. Despite this discouragement, the organization may still submit a Step-2 proposal. The letter provides instructions for creating a Step-2 proposal in NSPIRES, emphasizing that it must be built from the existing Step-1 proposal. It also clarifies that the PI cannot be changed and any additions of funded investigators require advance notification or explicit permission from NASA points of contact. Step-2 proposals will be evaluated on relevance, intrinsic merit, and cost realism, with a specific due date to be announced.
This document is a notification regarding a Step-1 proposal submitted to the XX Program in response to NNH16ZDA001N, Research Opportunities in Space Science (ROSES-2016). The proposal, titled «Title» and identified by «Response_number», was found to be within the broad scope of the program, allowing the applicant to proceed with a full (15-page) Step-2 proposal. The document provides instructions for creating the Step-2 proposal in NSPIRES, emphasizing that it must be built from the existing Step-1 proposal. It also clarifies that the Step-2 proposal must address the same scientific goals as the Step-1, and the PI cannot be changed. Any additions of funded investigators require advance notification or explicit permission from NASA points of contact. Step-2 proposals will be evaluated on relevance, intrinsic merit, and cost realism, and are due on «xx».
Work Plan D-22 outlines the OE Fellowships Project, detailing a timeline from November 2018 to September 2019 for application processing, reviewer coordination, panel meetings, and procurement. The project's performance period runs from August 20, 2018, to January 31, 2019, with cost projections limited to this timeframe. Reporting requirements include status updates, cost reporting by activity (NF 533), and informal communication with NASA. A specific report for individual traveler expenses and purpose must be submitted and approved three weeks prior to travel. The plan also references a labor summary and attached cost sheets. This work order invokes several WBS sections covering research announcement, solicitation planning, proposal review, panel operations, programmatic documentation, and process improvements, all as required for the NASA Office of Education Fellowships Project.
Work Plan D-23 outlines NASA's EPSCoR Solicitation Support for 2019, detailing three distinct activities: Research CAN 2019, ISS Flight Opportunity CAN 2019, and Rapid Response Solicitation. The plan provides comprehensive support for the entire solicitation, review, and selection process for each activity, including panel setup, reviewer identification, and online reviews. Key costing bases such as the number of expected proposals, reviewers (civil and non-civil servants), panel meeting locations, and dates are specified. The contractor is responsible for coordinating logistics, including travel, lodging, per diems, and honoraria for non-civil servant participants, where applicable. The document also includes detailed performance schedules for each activity, outlining milestones from pre-solicitation support to post-panel activities and reporting requirements. The performance period for this Work Plan is August 15, 2018, to January 31, 2019, with cost reporting by activity and regular communication with NASA points of contact.
The Work Plan E-15 SLPSRA Space Biology document outlines support activities for NASA's Space Life and Physical Sciences Research and Applications (SLPSRA) program, specifically focusing on the NASA Research and Education Support Services (NRESS). The initial period of performance is from October 1, 2019, to January 31, 2020, with modifications expected in January 2020 to extend activities through 2020 and 2021. Key activities include science discipline support, special mail reviews, and planning for ROSBio Appendix D (Ground and Flight) and Appendix C (Plant Growth Technologies). NRESS will manage proposal review panels, recruit subject matter experts, prepare evaluation forms, and handle post-selection notifications. The plan details requirements for providing proposal spreadsheets, reviewer assignments, preliminary critiques, and procurement packages to NASA officials. Reporting requirements include performance and ad hoc reports, particularly for travel-related expenses. The document also specifies tentative schedules for solicitation release, proposal receipt, panel completion, and notification distribution for the various activities, along with resource estimates for proposals, reviewers, and panels.
Work Plan H-12 details the HEOMD Human Research Program Research Support, outlining activities, performance requirements, and reporting for the NASA Research and Education Support Services (NRESS) program. The work plan covers activities from October 1, 2019, through January 31, 2020, with several modifications expected in January 2020 to extend performance periods and add new support. Key activities include HERO19 Appendices A, B, C, and D, HRP Investigators’ Workshop, Directed Research Reviews, Standing Review Panels, and the newly added HERO20 Appendices A&B: Flagship and Omnibus. Performance requirements involve providing proposal spreadsheets, reviewer assignments, electronic critiques, and procurement packages to NASA officials. Reporting requirements include cost reporting by activity, frequent informal communication, and ad hoc performance and travel reports. The plan details specific tasks, timelines, and logistical support for each activity, including panel reviews, proposal management, and reviewer recruitment.
The document outlines Work Plan M-04 for Management and IT Support, focusing on ASTS's responsibilities to NASA. Key activities include fulfilling general management duties, maintaining a communications program with NASA stakeholders (CO, COR, CPMs), and managing daily operations, including personnel, business, and logistics. ASTS will also prepare and process task plan and work order requests, provide financial and performance reporting, and ensure contractual compliance through employee training. A significant portion of the plan details the sustainment, operation, and support of the NSPIRES Solicitation and Peer Review System and related programmatic IT systems, emphasizing IT security, data management, and help desk support. Additionally, ASTS is responsible for NSPIRES application software development, maintenance, and enhancements, as well as operating and maintaining its internal office network. The period of performance for this task plan is February 1, 2019, through January 31, 2020.
Work Plan S-311 outlines the support activities for NASA's Lunar Data Analysis Program (LDAP18) within the ROSES 2018 solicitation, managed by the NASA Research and Education Support Services (NRESS) contractor. The plan details tasks such as preparing PI notification letters, technical requirements packages, and procurement requests via NSPIRES. Key deliverables include proposal logs, evaluation forms, electronic selection materials, and abstracts. The performance schedule spans from November 2018 to November 2019, with critical milestones including proposal due dates, panel reviews in June 2019, and final award data processing in September 2019. The plan also specifies reporting requirements, including cost reporting and ad hoc travel reports, and invokes various Work Breakdown Structure (WBS) sections for comprehensive support of the research announcement, proposal review, and programmatic documentation.
Work Plan S-346 outlines the support activities for the NASA Discovery Program's Announcement of Opportunity (AO), covering the period from April 19, 2019, to January 31, 2020. The plan details the responsibilities of the NASA Research and Education Support Services (NRESS) contractor, including staffing a Help Desk for proposers, managing the Notice of Intent (NOI) and proposal submission processes via NSPIRES, and coordinating the review and selection phases. Key activities include setting up NSPIRES for electronic submissions, assisting with proposal screening for administrative compliance, preparing for and supporting science and technical management committee (TMC) reviews, and facilitating the categorization and selection meetings. The work plan also covers deliverables such as NOI and proposal logs, evaluation forms, and logistical support for review panels. Post-task activities, not costed, include supporting debrief sessions and conducting customer surveys. The document outlines a performance schedule with specific milestones and reporting requirements, including performance reporting and ad hoc travel reports. It also details the scope of work under various Work Breakdown Structure (WBS) sections, emphasizing comprehensive support for the Discovery19 AO.
This document outlines a detailed IT infrastructure setup, likely for a government RFP or grant, specifying hardware and software components across two hypervisors. It details VMware vSphere 6.5, HPE DL380 Gen10 servers, BigIP load balancers, and Juniper network switches. The system includes two production environments (PROD) with Oracle 11g databases, Weblogic servers, LDAP, and Loghost VMs. Storage is managed by HPE MSA 2050 SANs with Cisco FC switches, providing 12TB RAID10 for databases and 9.5TB RAID6 for Weblogic and other services. The setup emphasizes redundancy and high availability with dual firewalls (vSRXW01, vSRXW02), BigIP instances, and redundant SAN FC and LAN switches. The purpose is to provide a comprehensive overview of a robust and scalable IT environment.
This work plan, T-23 STRG Support, outlines the support provided by NASA Research and Education Support Services (NRESS) to NASA Space Technology Mission Directorate (STMD) from October 1, 2019, to January 31, 2020. It details support for several key activities: NASA Space Technology Graduate Research Opportunities (NSTGRO20), Early Career Faculty Appendix to SpaceTech-REDDI (ECF 20), Early Stage Innovations Appendix to SpaceTech-REDDI (ESI 20), and NSTGRO21. NRESS will assist with proposal evaluations, reviewer registration, and help desk support for NSPIRES submissions, ensuring no conflicts of interest among reviewers. The plan includes specific performance requirements for proposal processing, panel meetings, and selection activities, with modifications expected in January 2020 to extend the period of performance and add further support. Reporting requirements cover performance monitoring and ad hoc travel reports, requiring pre-approval from NASA officials.
This document outlines the evaluation criteria for the TRISH Postdoctoral Fellowship, focusing on scientific merit, training environment, and candidate qualifications. Proposals are judged on their potential to mitigate risks identified by NASA’s Human Research Roadmap, innovation, and the likelihood of achieving research objectives with available resources. The training environment and mentoring plan are assessed for clarity and inclusion of professional development in areas like research ethics and communication. Candidate qualifications are evaluated based on educational background, research experience, ability to learn new strategies, and communication skills for diverse audiences. The review also includes an overall evaluation, additional comments for non-scoring issues, and a separate review for proposals involving vertebrate animals, ensuring a comprehensive assessment of each fellowship application.
This government file outlines the technical evaluation and selection process for proposals submitted to a NASA NRA program. It details the proposal's title, PI, and institution, along with an overall evaluation grade. The document requires an explanation of the research's relevance to NASA programs, a description of its scientific or technical merit, and comments on cost elements. It then recommends an award type from options including Grant, Contract, Cooperative Agreement, or Interagency Agreement, based on the principal purpose of the proposal. The summary concludes with a recommendation for support by an award and identifies the Technical Officer.
The document is a rejection letter from NASA regarding a proposal submitted in response to their Solar System Exploration Research Virtual Institute Cooperative Agreement Notice. The proposal, titled
This NASA letter informs a proposal submitter of their selection for funding under a NASA Research Announcement, following a technical review and evaluation process. The selection was based on scientific merit and programmatic factors. The letter outlines the next steps for awardees, including the funding mechanisms (grants for academic/non-profit institutions, Interagency transfers/contracts for federal agencies/commercial organizations, and RTOPs for NASA field centers), and advises against incurring obligations until the grant is in place. It details reporting requirements, the potential for continued support for up to three years contingent on progress and funding availability, and encourages public outreach and acknowledgement of NASA in publications. The document serves as official notification of a successful proposal and provides critical administrative and programmatic information.
The provided email updates colleagues on the status of the LSSO ROSES program's selection process. The proposal review concluded on March 28th, 2007, with selection recommendations due to the NASA Science Mission Directorate by May 20, 2007. The Lunar Advanced Science and Exploration Research (LASER) amendment is expected by the end of May, and the goal is to inform LSSO proposers of their selection status in time for them to respond to the LASER opportunity. This communication, from the Planetary Sciences Division, Science Mission Directorate at NASA Headquarters, serves as a status update for a federal grant program.
The document is a communication to a CDAP proposer regarding the results of a peer review. While no final selection decision has been made, the proposal received a grade that places it in the "selectable category." The letter clarifies that peer review is one of several factors influencing the selection decision, alongside strategic relevance, programmatic balance, and budget considerations. The proposer is informed that an official notification will follow once the selection document is signed. This communication provides an interim update on the proposal's status within the government's evaluation process for an RFP or grant, indicating a positive initial assessment while awaiting a conclusive decision.
This document outlines labor categories, staffing levels, average hourly rates, seniority, and escalation details for various roles in an organization, likely in response to a government RFP. It provides a detailed breakdown of 23 labor categories, including administrative, IT, financial, and logistics positions, specifying the number of Weighted Year Equivalents (WYE) for each. For each category, the document lists the current weighted average hourly rate (identifying burdened rates for subcontractors with an asterisk), average seniority for both prime and subcontractor roles (where applicable), the date and amount of the last rate escalation (consistently 2.9% in April 2025), and whether the position is
The Past Performance Questionnaire (Updated May 2018) is a government document used to evaluate a contractor's past performance for federal government RFPs, federal grants, and state/local RFPs. It consists of six sections designed to gather comprehensive information about a contractor's experience and performance on previous contracts. Sections 1-3 collect descriptive contract information and identify the evaluator. Section 4 assesses the contractor's relevant experience with specific Statement of Work (SOW) elements. Section 5 evaluates technical, schedule, and cost performance, as well as management, using a rating scale from Very High to Very Low. Section 6 focuses on cost management and award/incentive fee history. The completed questionnaire, which contains Source Selection Information (FAR 3.104), must be returned to NASA Goddard Space Flight Center by January 30, 2026.
RFP 80HQTR26R0002 outlines the Government Pricing Model (GPM) for NASA Research and Education Support Services (NRESS) III, detailing non-management direct labor categories, hours, and position descriptions. The document specifies various roles, including Administrative, Solicitation, Financial, IT, and Logistics personnel, along with their annual direct labor hours over a five-year contract period and a six-month extension. Each position description includes duties, education, and experience requirements. For example, a Senior Support Scientist requires a Master's or Doctorate and 10 years of relevant experience, while a Junior Help Desk Analyst needs a High School Diploma and 5 years of experience. The RFP emphasizes clear guidelines for staffing and pricing for potential contractors.
The Quality Assurance Surveillance Plan (QASP) for NASA Research and Education Support Services (NRESS) III outlines the systematic methods NASA Headquarters will use to monitor contractor performance. Its purpose is to ensure contractors meet performance standards and quality levels defined in the Statement of Work (SOW) and the contractor's Quality Control Plan (QCP), ensuring payment for services received. The QASP details roles and responsibilities for personnel like the Contracting Officer (CO), Contracting Officer's Representative (COR), Task Order Monitors (TOMs), and Technical/Task Monitors (TMs) in surveillance activities. It describes surveillance techniques, including random monitoring, 100% inspection for deliverables, periodic inspection, and customer feedback. The plan also covers quality assurance documentation, performance determination, reporting requirements, and reviews/resolution processes to address any performance issues.
This document outlines a representative task order for supporting NASA's Earth Science Investigation and Instrumentation Announcement of Opportunity (AO). The contractor will provide comprehensive support for the AO process, from solicitation planning and proposal receipt to review panel events, selection meetings, and task close-out. Key responsibilities include managing the NSPIRES IT system for proposal submission and review, organizing science evaluation panels (both virtual and in-person), and facilitating communication with proposers and reviewers. The contractor will also manage external reviews, provide technical and logistical support for meetings, and operate a Help Desk. Deliverables include various reports, databases, evaluation forms, and decision support documents. The period of performance is from April 15, 2027, to September 30, 2029, with specific key dates for each phase of the AO process.
This document outlines Representative Task Order 2 for a NASA Research Announcement (NRA) focused on Space Biology Program (SBP) research grants, spanning from January 2027 to January 2028. The solicitation, part of NASA's ESDMD and SOMD annual cycle, seeks innovative research proposals. The contractor's responsibilities include full lifecycle support for the NRA process, from planning and announcing the solicitation to proposal receipt, evaluation, and selection. This involves organizing multi-panel reviews (both in-person and virtual), managing communications with proposers, tracking workflow, and providing data analytics. Key tasks also include recruiting peer-reviewers and panelists, operating a Help Desk, and preparing final selection decisions and award documents. The process anticipates approximately 500 electronic proposals, reviewed by five panels of 20 panelists each. Deliverables include evaluation forms, review plans, tracking documents, summary statistics, decision support documents, selection letters, and procurement packages.
This document, "ENCLOSURE 7: REPRESENTATIVE TASK ORDER 3," outlines the requirements for a contractor to provide an IT system close-out process overview for NASA's NSPIRES system. NSPIRES is a critical system for research proposal management, peer review, and administrative activities, handling sensitive and confidential information. The system currently lacks robust collaboration tools for virtual review panels, which are conducted externally. The contractor's overview must detail a close-out plan for a five-year timeline, addressing critical elements such as continued operational sustainment, data quality audits (aligned with FAIR principles), data continuity, system and data security, and comprehensive documentation (e.g., data dictionaries, architecture diagrams, IT security plans). Key deliverables include fulfilling contractual obligations, maintaining communication, and ensuring compliance with NASA and federal IT standards.
Solicitation 80HQTR25R7002, Enclosure 8, outlines an Optional C-SCRM Questionnaire for contractors to assess their Supply Chain Risk Management (C-SCRM) plans. This questionnaire aligns with NIST SP 800-161 and can be submitted in lieu of a full C-SCRM plan if an existing plan meets NIST standards. Contractors must provide a primary Point-Of-Contact (POC) with their job title, phone number, and email. The questionnaire requires identification of all subsidiaries and governing statutory, regulatory, and external authorities for their C-SCRM program. It covers supply chain provenance, including identifying suppliers of covered articles, verifying company ownership, and conducting threat analyses for distributors. The document also addresses supply chain management, supplier governance, physical and personnel security, supply chain integrity, and resilience. Contractors must detail their key supply chain threats, policies for background checks, and procedures for preventing tampering of ICT equipment. Finally, the questionnaire mandates detailed inventories of all contractor-owned hardware and software used in contract performance, including specific details like OEM, model, serial number, and country of origin.
RFP# 80HQTR26R0002 details the Government Pricing Model (GPM) for federal contracts, outlining how prime offerors and subcontractors must present their loaded bid rates for various labor categories and other direct costs (ODCs). Exhibit 1A focuses on the detailed breakdown of estimated non-management offsite direct labor hours and costs, management and administrative labor costs, and non-labor recurring ODCs. It specifies how prime offeror loadings are applied to subcontractor rates and defines various loaded bid rates for offsite, onsite, and manufacturing site work, referencing other exhibits for derivation. Exhibit 1B provides a summary of the GPM, consolidating total loaded estimated costs across contract years for the specified categories. The document emphasizes the comprehensive and detailed cost breakdown required from all entities involved, ensuring transparency and adherence to government pricing standards. It is identified as Source Selection Information, underscoring its critical role in the evaluation process.
This Request for Proposal (RFP) outlines the financial and labor reporting requirements for prime offerors, significant subcontractors, and non-significant subcontractors. The document includes exhibits for non-management direct labor category conversion, management and administrative labor, government pricing model summaries, source of personnel charts, and summaries of indirect rates (overhead and General & Administrative (G&A) expense pools). These exhibits detail how offerors should categorize labor, calculate unburdened and loaded direct labor rates, and present indirect cost elements. The RFP emphasizes consistency between various exhibits and requires detailed breakdowns of cost elements, indirect bid rates, and the basis of application for these rates across multiple contract years. The samples provided illustrate the expected format for converting offeror-specific labor categories to Government Pricing Model (GPM)-specified categories, including the calculation of loaded direct labor rates.
NASA Headquarters issued an RFP (Solicitation No. 80HQTR26R0002) for NASA Research and Education Support Services (NRESS) III. This 8(a) set-aside competition seeks professional and IT support for NASA's peer review program, research, education, and outreach initiatives. The contract is a Cost-Plus-Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) with a 5-year ordering period, effective December 1, 2026. The estimated maximum value is $365,000,000. Key requirements include a 60-day phase-in, potential organizational conflict of interest (OCI) considerations, and offsite performance at the contractor's facilities. Proposals are due by January 30, 2026, and must be submitted via NASA's EFSS Box. Questions are due by January 12, 2026.