RTI DDS Astrobee Renewal
ID: 80NSSC891096Q-1Type: 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 - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 3, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 3, 2025, 12:00 AM UTC
  3. 3
    Due Jan 9, 2025, 10:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking a contractor to provide basic support for the RTI Connext product suite and a CPU license for the RTI Data Distribution Service as part of the Astrobee HET2 project. This procurement includes one year of remote technical support and access to RTI Academy for each research license user, ensuring continued software functionality and technical support for innovative research initiatives at the center. The sole-source procurement is justified due to RTI DDS's unique features and proven performance in critical aerospace applications, emphasizing the importance of reliability and compatibility for mission success. Interested parties should contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov, referencing ID 80NSSC891096Q-1 for further details, with the performance period set from February 5, 2025, to February 6, 2026.

Point(s) of Contact
Files
Title
Posted
Jan 3, 2025, 4:04 PM UTC
NASA Ames Research Center requires basic support for the RTI Connext product suite and a CPU license for the RTI Data Distribution Service as part of the Astrobee HET2 project. The purchase includes one year of remote technical support and access to RTI Academy for each research license user. The support covers all standard and specialty platforms, with a performance period set for February 5, 2025, to February 6, 2026. The items will be delivered to the NASA Ames Research Center located at Moffett Field, CA. This request aligns with federal guidelines and aims to ensure continued software functionality and technical support for research initiatives. The specified products are essential for facilitating innovative research at the center.
Jan 3, 2025, 4:04 PM UTC
The document outlines a recommendation for the NASA Shared Services Center to exclusively procure Real-Time Innovations, Inc. Data Distribution Service (RTI DDS) for the FY25 Astrobee Renewal project. The justification for this sole-source procurement is based on RTI DDS's unique features, including its technical compliance, scalability, and proven performance in critical aerospace applications like the International Space Station. The detailed market research confirms that no other vendor can meet the specific requirements needed for this project. The report indicates that using a different vendor would significantly impact the project schedule and technical integration, risking mission success due to potential delays and compatibility issues. The recommendation demonstrates a focus on ensuring robust performance and reliability in NASA's aerospace systems, affirming the agency's commitment to utilizing proven technologies for its mission objectives.
Lifecycle
Title
Type
RTI DDS Astrobee Renewal
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
VA One Software Maintenance & Support/Lease.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to renew its software maintenance and support lease for the VA-One software package, which is critical for various flight projects at the Goddard Space Flight Center (GSFC). The procurement involves a sole source contract with ESI North America Inc., the only vendor capable of providing the necessary licensing, technical enhancements, and support for the VA-One acoustic analysis software. Timely renewal of the software licenses is essential to prevent potential delays in project timelines and ensure uninterrupted operations within the agency. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 12:00 p.m. Eastern Standard Time on April 14, 2025, to be considered for this procurement.
RTI SW
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is soliciting quotes for specific software products, including the RTI Connext DDS Secure and the RTI CORBA Compatibility Kit, under the combined synopsis/solicitation N0017825Q6734. The procurement aims to acquire essential software licenses that are critical for the development, testing, and delivery of key components within the LCS SUW MP, with a focus on ensuring compatibility with existing systems. Interested vendors must submit their quotations by April 21, 2025, with the anticipated award date in May 2025; all submissions should be directed to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886. This opportunity is not set aside for small businesses, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
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.
ATOM-5 Additional Option Years and POP Extension
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the contract for ground-based aerospace testing and facilities operations and maintenance services, specifically for projects such as the Sensor and Thermal Protection System Advanced Research (STAR) Lab, Orion Multi-purpose Crew Vehicle (MPCV), and Artemis. This opportunity involves a sole source contract with Amentum Technology, LLC, for an additional 24-month period of performance, or two 1-year option periods, extending the current contract 80ARC022DA001, which is structured as an Indefinite Quantity/Indefinite Delivery contract. Interested organizations are invited to submit their capabilities and qualifications to the Contracting Officer, Jeanne Chun, via email by 3:00 PM Pacific time on April 22, 2025, to determine if the acquisition will be conducted on a competitive basis. The Government's decision regarding competition will be at its discretion, and further details can be found in the applicable NASA Clause 1852.215-84, Ombudsman.
SOURCES SOUGHT SPECIAL NOTICE 2025
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
Visual Planning Software in support of the FY25 Spaceport Scheduling Project.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide Visual Planning Software in support of the FY25 Spaceport Scheduling Project. The procurement includes a one-year on-premise subscription for various user licenses, along with comprehensive consulting and training services aimed at enhancing operational capabilities at the Kennedy Space Center. This software is critical for efficient schedule management, conflict elimination, and integration with existing systems, ensuring continuity and efficiency in NASA's operations. Quotes are due by April 16, 2025, with the performance period expected to commence on July 1, 2025. Interested vendors must demonstrate authorization as a reseller of the Visual Planning software and can contact Laura Quave at laura.a.quave@nasa.gov for further information.
TECHNOLOGY TRANSFER OPPORTUNITY: More Reliable Doppler Lidar for Autonomous Navigation (LAR-TOPS-351)
Buyer not available
Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a more reliable Doppler Lidar for autonomous navigation. This technology, known as Navigation Doppler Lidar (NDL), was pioneered by NASA for precision navigation and executing well-controlled landings on surfaces like the moon. The NDL utilizes the Frequency Modulated Continuous Wave (FMCW) technique to determine the distance to the target and the velocity between the sensor and target. However, the current sensor cannot determine the sign (+/-) of the signal frequencies, resulting in false measurements of range and velocity. NASA has developed an operational prototype of a method and algorithm that works with the receiver to correct this problem. The technology is available for license rights on an exclusive or nonexclusive basis and may include specific fields of use. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information and to express interest, please visit the provided links. No follow-on procurement is expected from responses to this notice.
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.
TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
Buyer not available
Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a simplified hi-res flow visualization assembly. This assembly, developed by researchers at NASA's Langley Research Center, is a compact and easy-to-use optical system that enables focusing schlieren imaging. It reduces complexity and alignment time compared to conventional systems, and is self-aligned, compact, and cost-effective. The assembly can be attached to a commercial-off-the-shelf camera and is capable of fields-of-view of 10 and 300 millimeters. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
TECHNOLOGY TRANSFER OPPORTUNITY: RTV Silicone Sealing Method for Component Interfaces (MSC-TOPS-127)
Buyer not available
Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a technology transfer opportunity. The technology involves a method using low-viscosity RTV silicone to form durable seals between polymer bladder and metal bulkhead interfaces for inflatable space habitats. This method addresses concerns about potential failure of the bladder material and overall seal caused by the compressive force of an O-ring. The RTV silicone sealing method has potential commercial applications on Earth and is now available for patent licensing. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, please visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.