Enterprise Geospatial Support Services (EGSS) Indefinite Delivery, Indefinite Quantity (IDIQ)
ID: 80LARC24R0003Type: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA LANGLEY RESEARCH CENTERHAMPTON, VA, 23681, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Enterprise Geospatial Support Services (EGSS) under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, specifically targeting Women-Owned Small Businesses (WOSB). The primary objective of this procurement is to provide non-personal geospatial support services to NASA's Office of Strategic Infrastructure (OSI), focusing on areas such as facilities engineering, environmental management, and logistics management. This initiative aims to standardize geospatial practices across NASA's various centers and field sites, enhancing operational efficiency and reducing redundancy in service delivery. Interested parties must submit their proposals by July 31, 2024, with an anticipated award date of October 1, 2024, and a total contract value of up to $24 million over five ordering periods from November 2024 to October 2029. For further inquiries, potential offerors can contact Kelli Wright at LARC-EGSS@mail.nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a combined synopsis and solicitation for the Enterprise Geospatial Support Services (EGSS) by the National Aeronautics and Space Administration (NASA), specifically soliciting proposals under the solicitation number 80LARC24R0003. This Request for Proposal (RFP) is designed for Women-Owned Small Businesses (WOSB) and outlines the need for non-personal services related to geospatial support, particularly focusing on areas such as facilities engineering, real property management, and environmental management. The contract will operate under an Indefinite Delivery, Indefinite Quantity (IDIQ) model with five ordering periods from November 2024 to October 2029, with a total potential value of $24 million. The services will primarily be funded on a firm-fixed price basis, alongside cost-reimbursable amounts specifically for government-directed travel and training. The document delineates the expected responsibilities of the contractor regarding staffing and worksite arrangements, indicating a balance between on-site and remote work. Furthermore, it specifies the submission requirements for proposals and provides detailed contract clauses from the Federal Acquisition Regulation (FAR) and NASA-specific guidelines. The comprehensive structure and provisions facilitate a clear understanding of the bidding process and contractual obligations for potential offerors.
    The document is a combined synopsis and solicitation for the Enterprise Geospatial Support Services (EGSS) under Request for Proposal number 80LARC24R0003, issued by NASA. It primarily targets Women-Owned Small Businesses (WOSB) and mandates registration in the System for Award Management (SAM). The EGSS will provide non-personal services through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support NASA's Office of Strategic Infrastructure (OSI) in areas including facilities engineering, environmental management, and logistics management. The contract spans five ordering periods from November 1, 2024, to October 31, 2029, with a total maximum value of $24 million. The proposal submission deadline is July 31, 2024. Specific contract clauses from the Federal Acquisition Regulation (FAR) are incorporated, covering various aspects such as contract terms, representations, and payment procedures. The document outlines necessary compliance with performance requirements and emphasizes flexibility in worksite locations, balancing on-site and off-site options to enhance efficiency. The solicitation aims to standardize institutional geospatial support at NASA, ensuring adherence to proper legal and operational guidelines while promoting the inclusion of small businesses.
    The EGSS Pre-Proposal Conference, recorded under meeting title 80LARC24R0003, took place on July 9, 2024, with 43 participants engaging for an average of 29 minutes during the one-hour session. Key organizers included Kelli A. Wright and Will Peeples from NASA, along with various attendees from different organizations. The conference serves as an introductory meeting for stakeholders involved in a federal government RFP process, facilitating discussions around proposal expectations and requirements related to government grants. Attendees were encouraged to ask questions and seek clarifications regarding the RFP details, fostering collaboration among federal and private sectors. The log of participants reflects a diverse range of stakeholders, highlighting the conference's importance in ensuring comprehensive understanding and engagement. This pre-proposal conference is a critical step for organizations vying for federal contracts, underscoring the government's commitment to transparency and equal opportunity in procurement processes. Overall, the meeting sets the stage for future proposals and partnerships under the outlined RFP.
    The document outlines the labor requirements and estimated costs for various GIS (Geographic Information System) roles across multiple federal research centers, including Ames Research Center, Lyndon B. Johnson Space Center, and others for five distinct ordering periods. Each ordering period specifies the number of hours allocated to positions such as GIS Analyst Sr, GIS Technician Jr, and Project Manager, among others, typically set at 1,880 hours, with no listed monetary amount. The structure details labor categories and associates them with particular centers, indicating that positions will primarily focus on GIS tasks, but offers no financial estimates or burdened labor rates. The repeat nature of the roles and billing positions suggests a standardized approach to resource allocation within these agencies under the contract related to GIS functions. This document is likely part of a request for proposals (RFP) or grant, aiming to outline staffing needs while adhering to compliance regulations for federal contracts.
    This document provides detailed information about staffing requests across various NASA centers for multiple ordering periods. It lists labor categories such as GIS Analysts (Senior and Junior) and GIS Technicians (Senior and Junior) with a work year equivalent of 1880 hours for each position. The file specifies various NASA locations, including the Ames Research Center, HQ OSI, and the Langley Research Center, among others. The overarching purpose of the document is to outline the need for specific technical roles in geographic information systems (GIS) over five distinct ordering periods without indicating any proposed budget amounts, noted as $0.00 for all positions listed. Each ordering period reiterates the same labor categories and work hours, suggesting ongoing requirements for GIS support. This document is part of the broader context of federal RFPs, indicating an effort to ensure qualified personnel are available to support NASA's GIS projects while maintaining compliance with contractual obligations.
    The document pertains to a Request for Proposal (RFP) identified as 80LARC24R0003 for a specific Indefinite Delivery/Indefinite Quantity (IDIQ) under the Environmental Government Support Services (EGSS). It serves as a template for offerors to submit their comments, questions, and recommendations regarding the solicitation. Notable entries include a request for clarification on the vagueness of the scope defined in paragraph 1.1.2 of the Performance Work Statement (PWS) and a request for refinement of the timing requirements outlined in the document. The RFP process encourages constructive feedback to ensure clarity and precision in expectations, ultimately aiming to specify the needs better and align prospective contractors' proposals with government requirements. This structure promotes transparency and facilitates effective communication between the government and potential offerors, necessitating responsiveness to inquiries that arise during the proposal preparation phase.
    The document is a Question-Comment Matrix pertaining to a government Request for Proposals (RFP) related to geospatial services for NASA. It outlines specific inquiries submitted by potential contractors that seek clarifications on the Performance Work Statement (PWS) and other contract terms. The questions cover various topics, including the responsibilities for data collection, preferred equipment, submission formats for past performance data, rate structures, and clarifications on project workload estimates. Key responses from the government confirm that the contractor will utilize government-furnished hardware and software, state that a single labor rate is preferred irrespective of location, and clarify expectations for staffing coverage and past performance documentation. Multiple instances detail amendments needed for clarity in the solicitation, the government’s expectations on labor rates, and the scope and approach required for various sections of the proposal. Overall, the matrix serves as an essential reference for bidders to understand the requirements and expectations of the NASA RFP, ensuring compliance and clarity in their submissions.
    The Enterprise Geospatial Support Services (EGSS) RFP by NASA aims to standardize geospatial support across NASA Headquarters, Centers, and field sites. A virtual pre-proposal conference on July 9, 2024, will assist bidders in understanding the requirements; all questions must be submitted in writing by July 12, 2024. The EGSS contract consolidates multiple existing contracts and encompasses services such as geospatial data collection, visualization, analysis, and application development. The procurement is designated for Women-Owned Small Businesses and includes a competitive best value source selection process focusing on technical proposals and past performance. The contract type is Indefinite Delivery, Indefinite Quantity (IDIQ) with five one-year ordering periods starting November 1, 2024. Proposals are due July 31, 2024, with awards anticipated by October 15, 2024. The document emphasizes compliance with RFP instructions and outlines the responsibilities of potential offerors regarding proposal preparation and submission, emphasizing the importance of adherence to deadlines and detail in performance evaluations. Overall, this procurement seeks to enhance NASA's geospatial capabilities through a restructured approach to service delivery.
    The National Aeronautics and Space Administration (NASA) has made a determination to consolidate the geospatial support services requirements into a single contract, called Enterprise Geospatial Support Services (EGSS), for NASA Headquarters, Centers, and field sites. The consolidation aims to standardize geospatial support services and streamline procurement processes while maximizing small business participation. The consolidation will also result in cost savings and improved efficiency in geospatial operations across the agency.
    The National Aeronautics and Space Administration (NASA) outlines its Enterprise Geospatial Support Services (EGSS) requirement in this Performance Work Statement (PWS). The EGSS contract, set to commence on April 1, 2024, aims to standardize and streamline geospatial support across NASA’s facilities, improving infrastructure, asset management, and logistics through centralized services. Key aspects include: project management, configuration control, quality assurance, staffing, and comprehensive geospatial support services which encompass data creation, maintenance, customer support, outreach, and training. The EGSS contractor is responsible for delivering geospatial products, analysis, and applications, while adhering to NASA's security and operational standards. The project emphasizes collaboration with various NASA centers to ensure effective geospatial data integration and user accessibility. Furthermore, the contractor will develop training programs to raise awareness and improve spatial literacy within NASA's workforce. By consolidating geospatial services into a cohesive enterprise strategy, NASA aims to enhance operational efficiency and reduce duplicative efforts, ensuring robust support for its evolving mission needs.
    The National Aeronautics and Space Administration (NASA) requires Enterprise Geospatial Support Services (EGSS) to provide institutional geospatial support across its various functional areas. The EGSS contract will deliver non-personal services under an Indefinite Delivery, Indefinite Quantity (IDIQ) structure aimed at standardizing geospatial practices at NASA Headquarters and other centers. This initiative is part of NASA's broader effort to enhance procurement efficiency by consolidating geospatial service contracts currently managed separately at various centers. The contract encompasses project management, meeting support, configuration control, property management, and staffing to deliver a range of services, including geospatial data creation, maintenance, training, and customer support. It seeks to enhance environmental, facilities, logistics, and asset management capabilities through an enterprise architecture strategy built on modern technologies. The contractor will be responsible for ensuring compliance with established geospatial standards, providing training, and supporting data acquisition and quality assurance initiatives. As NASA transitions to this centralized geospatial support model, the contract is pivotal for achieving coherent geospatial capabilities while reducing redundancy and promoting standardized processes. Key stakeholders for the EGSS include NASA's Office of Strategic Infrastructure and its corresponding centers nationwide.
    The document outlines the Contract Data Requirements List (CDRL) for the NASA Enterprise Geospatial Support Services (EGSS). It specifies the data requirements that the contractor must submit to NASA, categorized into various Data Requirements Descriptions (DRDs). Each DRD contains specifics on content, format, and submission protocols. Major data types include those requiring prior approval (Type 1), those subject to disapproval (Type 2), and those that do not require NASA approval (Type 3). Key elements include a Diversity, Equity, Inclusion, and Accessibility (DEIA) plan, an Organizational Conflicts of Interest (OCI) plan, and a Contract Management Plan. The DEIA plan aims to demonstrate the contractor's commitment to diversity, while the OCI plan focuses on identifying and resolving conflicts. The Contract Management Plan documents the contractor's approach to managing contract requirements. Regular submissions are necessary, such as monthly performance management reports and annual updates of plans. The document emphasizes the importance of electronic submission, proper data marking, and compliance with safety and security protocols. This comprehensive data requirements list ensures clarity of expectations and accountability, thereby enabling effective project management and oversight within NASA's operations.
    The document outlines a request for proposals (RFP) for various Geographic Information System (GIS) personnel and services under an Enterprise Geospatial Support Services (EGSS) IDIQ contract. It specifies job titles including GIS Analyst (Sr. and Jr.), GIS Technician (Sr. and Jr.), GIS Architect/Solutions Engineer, and GIS Developer (Sr. and Jr.), among others. The aim is to procure skilled labor with fully burdened labor rates defined in the contract. The file also details multiple ordering periods, indicating a structured approach to contracting based on demand over time. Each role's labor category is defined in Exhibit A of the Performance Work Statement. This information is vital for agencies looking to enhance their geospatial capabilities while adhering to federal and state procurement standards.
    The document appears to be a compilation of data related to federal requests for proposals (RFPs), federal grants, and funding opportunities at state and local levels. It outlines procedures, guidelines, and compliance measures essential for organizations interested in securing government funding. The structure suggests an emphasis on presenting information in a manner accessible to potential applicants, including key details about eligibility, funding priorities, deadlines, and the evaluation process. The overarching purpose of the document is to inform stakeholders about government funding avenues available for various projects, emphasizing transparency and accessibility in the grant application process. It highlights best practices for submission, documentation requirements, and the importance of adhering to specified guidelines. Through its detailed format, the document seeks to streamline the application process, enhance understanding of federal and local partnerships, and ultimately foster community development initiatives through proper funding utilization. It plays a pivotal role in assisting organizations in aligning their proposals with governmental goals, while encouraging collaboration among diverse entities within the public sector.
    This document amends a federal solicitation regarding the acquisition of services or supplies, specifically under NASA’s jurisdiction. It outlines the necessary steps contractors must take to acknowledge this amendment, including submission methods and consequences for failure to comply. The amendment incorporates revised elements from the Combined Synopsis/Solicitation, relevant appendices, and a Question-Comment Matrix, which addresses inquiries received by a specific deadline. The effective date for the changes is established, extending the hour and date for receipt of offers. The contractor’s name and address must remain consistent unless previously modified. Additionally, standard instructions for filling out various items on the form are provided, particularly regarding modifications to contracts, accounting data, and the necessity of contracting officer signatures. Overall, the amendment aims to facilitate the solicitation process by ensuring clarity and providing updated information pertinent to interested contractors.
    Similar Opportunities
    RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is set to release its annual Research Opportunities in Space and Earth Sciences (ROSES) – 2025 solicitation around July 10, 2025. This comprehensive announcement will encompass various program elements, each with distinct due dates and topics, aimed at supporting a wide range of basic and applied research in space and Earth sciences. Proposals may be submitted by a diverse array of organizations, including domestic and foreign entities, with awards typically ranging from under $100K to over $1M per year, depending on the scope of the proposed work. Interested parties should register with NSPIRES and Grants.gov, and are encouraged to submit notices of intent by August 11, 2025, with full proposals due no earlier than September 8, 2025. For further inquiries, contact Max Bernstein at sara@nasa.gov or call 202-358-0879.
    Draft RFP and Pre-solicitation Synopsis: Engineering Services and Science Capability Augmentation (ESSCA) II
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center is seeking industry participation for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, which aims to provide engineering and scientific skills augmentation primarily for NASA's missions. This contract will encompass a range of services including technical oversight, engineering products for flight and science missions, and support for research and development activities, with a maximum potential value of $3.248 billion over a performance period extending from October 1, 2026, to July 31, 2035. Interested parties are encouraged to attend a virtual industry day on December 10, 2025, and submit comments on the Draft Request for Proposals (DRFP) by October 20, 2025, to the designated contact, Sadie Moulton, at sadie.m.moulton@nasa.gov.
    Research Opportunities for International Space Station (ISS) Utilization
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for research opportunities related to the utilization of the International Space Station (ISS). This initiative aims to enhance exploration technology demonstrations and National Lab utilization, as outlined in NASA Research Announcement (NRA) NNJ13ZBG001N, which remains open for submissions. The awarded contracts may vary in type, including commercial contracts, cooperative agreements, and grants, depending on the proposal's scope. Interested parties should contact Colleen Corbett or Audrey Montgomery for further information and are encouraged to monitor the NASA Solicitation and Proposal Integrated Review and Evaluation System (NSPIRES) for updates on submission deadlines and additional documents.
    Notice of Opportunity (NOO) for ESPC at NASA Goddard Space Flight Center
    Buyer not available
    NASA's Goddard Space Flight Center is seeking expressions of interest for an Energy Savings Performance Contract (ESPC) project focused on a photovoltaic (PV) Energy Conservation Measure (ECM) at its facility in Greenbelt, Maryland. The selected Energy Service Company (ESCO) will be responsible for conducting an Investment Grade Audit (IGA) and must demonstrate how they will meet federal investment tax credit deadlines, with the potential for structuring the project as an Energy Sales Agreement (ESA). This initiative is critical for maximizing renewable energy generation, reducing electrical demand, and potentially integrating a Battery Energy Storage System for enhanced resiliency. Interested contractors must submit their proposals by October 14, 2025, and can direct inquiries to Sol Shin at sol.shin@nasa.gov or Ian Sherry at Ian.P.Sherry@nasa.gov.
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    Buyer not available
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV through a Draft Request for Proposal (DRFP) designated as 80GSFC24R0012. The procurement aims to secure contractor support for environmental testing, mechanical and optical integration, and operational support for spacecraft and flight experiment components, with a focus on maintaining high standards of safety and quality. This contract is critical for NASA's mission in space science and technology development, ensuring robust testing and integration processes are in place. Interested vendors must submit their comments and questions regarding the DRFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the project requirements.
    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.
    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.
    76--GPSC5 Amendment Five Request for Qualifications
    Buyer not available
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.