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
    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
    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.
    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
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    TTTech Switch Lab Space Switches
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    Unison Software Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its Unison Software license, specifically the FY25 Unison CE TruePlanning Software, which is critical for cost engineering at the Johnson Space Center (JSC) in Houston, Texas. This procurement involves a sole-source contract with Unison Cost Engineering LLC, as they are the exclusive provider of this software, which includes various components, catalogs, and parametric models necessary for effective cost management. The contract period for this renewal is set from March 1, 2026, to February 28, 2027, and will incorporate specific clauses regarding the use of Artificial Intelligence (AI) technologies during contract performance. Interested organizations are invited to submit their capabilities by 1 p.m. CST on December 18, 2025, to Cara Craft at cara.s.craft@nasa.gov for evaluation, with the government retaining discretion on whether to proceed competitively.
    Siemens Power Session Subscription Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its subscription for Siemens Power Session, a specialized software service provided exclusively by Siemens Industry Software Inc. This procurement involves a 12-month subscription to Simcenter STAR-CCM+ software, which includes Power Session and additional user licenses, to be utilized by concurrent users at the NASA Glenn Research Center in Cleveland, OH. The subscription period is set from December 1, 2025, to November 30, 2026, and will adhere to FAR Part 12 and FAR Part 13 guidelines, with a focus on the integration of Artificial Intelligence technologies as outlined in OMB memo M-25-22. Interested organizations may submit their capabilities and qualifications to Laura Quave at laura.a.quave@nasa.gov by 4:00 p.m. Central Standard Time on December 18, 2025, to potentially contest the sole source determination.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    National Aeronautics And Space Administration
    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.
    Justification for Other than Full and Open Competition (JOFOC): Aviation Safety Reporting System (ASRS) and Related Systems - Extension 3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is extending a sole-source contract for the Aviation Safety Reporting System (ASRS) and related systems, originally awarded on May 8, 2023. This contract extension, designated as Contract No. NNA16BD58C, will last for twelve months, from May 9, 2023, to May 8, 2024, contingent upon the exercise of all options. The ASRS plays a critical role in enhancing aviation safety by collecting and analyzing safety reports, thereby contributing to the overall safety of air travel. For further inquiries, interested parties can contact Nairi Freeman at nairi.freeman@nasa.gov or Veronica Gutierrez at veronica.l.gutierrez@nasa.gov, with the secondary contact also reachable by phone at 650-604-5626.
    SNA Software LLC. Limited Source Justification
    National Aeronautics And Space Administration
    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.
    Space Technology Research, Development, Demonstration, and Infusion (SpaceTech REDDI-2026)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is set to release a presolicitation for the "Space Technology Research, Development, Demonstration, and Infusion-2026 (SpaceTech-REDDI-2026)" initiative around December 9, 2025. This opportunity aims to solicit proposals through various Appendices under the Umbrella NASA Research Announcement (NRA), focusing on advancing U.S. space technology innovation and competitiveness, while fostering economic growth within the expanding space economy. Interested parties are encouraged to monitor the NSPIRES website for updates and can submit inquiries to HQ-STMD-SpaceTech-REDDI@nasaprs.com, as the solicitation will remain open for one year with annual releases anticipated.
    Entry Systems Technology Research and Development (ESTRAD) Extension 3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the Entry Systems Technology Research and Development (ESTRAD) contract through a Justification for Other than Full and Open Competition (JOFOC). This procurement aims to continue research and development activities related to space R&D services, space flight, and basic research, which are critical for advancing NASA's objectives in aeronautics and space exploration. The performance will take place in California, specifically in the city of Moffett Field, with Rachel Jandron as the primary contact for inquiries at Rachel.A.Jandron@nasa.gov. Further details can be found in the attached JOFOC document, which outlines the justification for this procurement approach.