ADORE Software Renewal
ID: 80NSSC25898050QType: 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 - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew the ADORE Software through a sole source contract with Pradeep K. Gupta, Inc., which is the sole provider for this software renewal. The contract will cover the annual renewal of "ADORE Extended Support - Opt S1," effective from March 1, 2025, to February 28, 2026, ensuring ongoing operational support and system reliability for the ADORE system. This renewal is critical for maintaining the functionality and compliance of the software within NASA's projects, highlighting the importance of sustained vendor partnerships in achieving government objectives. Interested organizations must submit their capabilities and qualifications in writing to Cody Guidry by 3:00 p.m. Central Standard Time on March 17, 2025, to be considered for this procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for the annual renewal of "ADORE Extended Support - Opt S1" provided by Pradeep K Gupta, Inc., effective from March 1, 2025, to February 28, 2026. The continuation of this support service indicates a need for ongoing assistance to maintain or enhance the ADORE system's functionality within a specified timeframe. This renewal process underlines the importance of sustained operational support in government projects, ensuring compliance, system reliability, and effective performance. It remains essential for project continuity, particularly in the context of federal and state RFPs, where robust vendor partnerships are crucial for achieving service objectives and fulfilling government mandates.
    Lifecycle
    Title
    Type
    ADORE Software Renewal
    Currently viewing
    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.
    Flight Dynamic Support Services (FDSS III) Extension
    Buyer not available
    NASA's Goddard Space Flight Center is seeking to extend its Flight Dynamics Support Services (FDSS III) contract, which provides essential flight dynamics support for various space missions and systems analysis. The procurement aims to ensure continued operational support, including orbit determination, trajectory control, and attitude analysis, while also advancing technology development in navigational techniques and software engineering compliance. This sole source contract extension to OPR, LLC is critical for maintaining mission capabilities through October 31, 2025, as a follow-on competitive contract is anticipated. Interested organizations may submit their qualifications to Jacob Perez at jacob.a.perez@nasa.gov by 4:30 PM EST on October 21, 2024, for consideration in the acquisition process.
    Siemens Simcenter STARCCM+ Licenses
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of Siemens Simcenter STAR-CCM+ licenses to enhance its computational analysis capabilities related to Molten Regolith Electrolysis (MRE) and other reactor designs. The procurement includes a primary Power Session, an additional seat, and CAD Exchange software, all under a 24-month subscription model to support concurrent use by multiple users, with provisions for cloud storage. This acquisition is critical for advancing NASA's operational capabilities in advanced reactor simulations, and interested small businesses must submit their quotes by March 17, 2025, while ensuring compliance with federal regulations. For inquiries, potential offerors can contact Kacey Hickman at kacey.l.hickman@nasa.gov.
    60 EnSci Electrochemical Concentration Cell (ECC) ozonesondes.
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure 60 EnSci Electrochemical Concentration Cell (ECC) ozonesondes, which are critical for maintaining long-term balloon-borne ozone profile records essential for satellite validation and climate studies. The procurement will be conducted as a sole source contract with JH Acquisitions, LLC, the manufacturer of the existing ozonesondes, ensuring compatibility with current NASA equipment. The ozonesondes will be utilized at the Nairobi SHADOZ station, with operations expected to run from September 2025 through August 2026, facilitating ongoing monitoring of ozone and pollution trends vital for environmental research. Interested organizations must submit their capabilities and qualifications to the designated contacts by 4:00 p.m. Eastern Standard Time on March 14, 2025, to be considered for this procurement.
    FY25 CIQ Rocky Linux Person Advanced Support
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure three units of CIQ Rocky Linux Person Advanced Support for Fiscal Year 2025, aimed at providing essential technical assistance for the NASA Johnson Space Center in Houston, Texas. This procurement is critical for maintaining operational efficiency within NASA's computing environment, ensuring that necessary software support is available from July 1, 2025, to June 30, 2026. The contract will be awarded through a sole source process to CTRL IQ, INC., the exclusive provider for this service, under FAR Parts 12 and 13, which govern the acquisition of commercial items and services. Interested organizations are invited to submit their capabilities and qualifications by March 17, 2025, at 1 p.m. CST, with all inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    Justification for Other Than Full & Open Competition (JOFOC) for Solutions For Enterprise-Wide Procurement (SEWP) V
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is issuing a Special Notice regarding the Justification for Other Than Full & Open Competition (JOFOC) for the Solutions for Enterprise-Wide Procurement (SEWP) V contracts. The procurement aims to secure a 12-month extension of the SEWP V contracts, which are critical for providing IT solutions across federal agencies, with an estimated value of $12 billion. This extension is essential to prevent disruptions in IT services that would adversely affect over 100 small businesses and various federal agencies reliant on these contracts. Interested parties can reach out to James Griffin at james.r.griffin@nasa.gov or Sara Stuart at sara.stuart@nasa.gov for further information, with the current contracts set to expire on April 30, 2025.
    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.
    Synthetic Aperture Radar (SAR) Sensors
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to procure Synthetic Aperture Radar (SAR) sensors to support airborne science missions, focusing on the integration, modification, testing, and operational support of airborne science payloads on High-Altitude Long Endurance (HALE) platforms. The procurement aims to enhance NASA-funded projects by utilizing SAR data, advancing operational concepts, and improving existing Position, Navigation, and Timing (PNT) modalities through comprehensive engineering analyses and flight operations support. This acquisition is critical for ensuring the success of NASA's airborne science missions, with a sole source contract intended for Aloft Sensing, Inc., due to their unique technical expertise and operational capabilities. Interested organizations must submit their qualifications to Joshua Taggart at joshua.d.taggart@nasa.gov by 5:00 p.m. CT on March 26, 2025, for consideration in this procurement process.
    NRESS III Draft RFP 80HQTR25R7002
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking proposals for the NRESS III Draft Request for Proposal (RFP) 80HQTR25R7002, aimed at providing comprehensive research and education support services. The procurement focuses on administrative management and general management consulting services, which are critical for facilitating NASA's peer review processes and ensuring compliance with federal grant policies. This contract, structured as an 8(a) set-aside, has a minimum value of $5 million and a maximum of $365,208,886, with a performance period anticipated to span from April 15, 2027, to September 30, 2029. Interested parties should direct inquiries to Chanda Cannon at chanda.m.cannon@nasa.gov, with proposals due approximately 30 days after the final RFP release, expected on April 29, 2025.
    Computational Inverse Methods for Acoustic Source Definition.
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Computational Inverse Methods for Acoustic Source Definition through a sole source contract with ALTASIM TECHNOLOGIES LLC, identified as the sole provider of this specialized service. The procurement will be executed under the authority of FAR 13.106-1(b)(1)(i), utilizing the procedures outlined in FAR Parts 12 and 13, which focus on acquiring commercial items and services. This initiative is crucial for advancing NASA's research and development efforts in the field of acoustics, particularly at the Marshall Space Flight Center (MSFC). Interested organizations are invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on March 14, 2025, with inquiries directed to Laura Quave, the Procurement Specialist, at laura.a.quave@nasa.gov or by phone at 228-813-6420.