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
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.
CONCEPTS NREC Agile Annual Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) intends to issue a sole source contract for the annual renewal of technical, maintenance, and upgrade support for the Concepts NREC Agile Products, a suite of integrated turbomachinery design software. This procurement is critical for ensuring the software remains functional and up-to-date to meet the operational needs of the Marshall Space Flight Center (MSFC), thereby facilitating ongoing improvements in turbomachinery design. Interested organizations are invited to submit their capabilities and qualifications by 2:00 PM Central Standard Time on April 28, 2025, to determine if competitive procurement is feasible, with Laura Quave serving as the primary point of contact for inquiries at laura.a.quave@nasa.gov or 228-813-6420.
DFMPro for Creo
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of DFMPro software, specifically three user-based licenses, along with installation and training support at the Kennedy Space Center. The objective of this procurement is to enhance design for manufacturability capabilities within NASA's engineering teams, thereby promoting innovation and efficiency in their technological practices. The performance period is set from May 12, 2025, to May 11, 2026, with quotes due by April 30, 2025. Interested vendors must register at SAM.gov and comply with federal regulations, with the procurement set aside for small businesses; for further inquiries, contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136.
FY25 AVEVA Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its AVEVA software licenses for the fiscal year 2025, with a focus on maintaining operational efficiency at the Glenn Research Center (GRC). The procurement involves a sole source contract with Q MATION INC for the renewal of various software licenses, including a Standard Level AVEVA Customer FIRST Agreement and the Win911 Pro Subscription, along with converting certain perpetual licenses into subscription-based services. This renewal is critical for ensuring continued access to software upgrades, technical assistance, and management tools necessary for NASA GRC's daily operations. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on April 29, 2025, to be considered for this procurement.
Real Time Innovations (RTI)
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Real Time Innovations (RTI) software, including the RTI Connext DDS Secure Developer Subscription and associated support services. This procurement is critical for maintaining existing systems, as the required software is exclusive to RTI, and switching to another brand would necessitate significant redesign and retraining efforts. Interested vendors must submit their quotations by April 30, 2025, with an anticipated award date by June 30, 2025; all proposals should be directed to Sharon Lathroum at sharon.lathroum@navy.mil, 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.
Starling Space Traffic Monitoring
Buyer not available
NASA's Ames Research Center is seeking to award a sole-source, firm-fixed-price contract to ERADrive, Inc. for the development of software algorithms and services aimed at detecting, identifying, and tracking Resident Space Objects using star-tracker cameras on the Starling spacecraft swarm. The contract will involve the integration of software for a four-satellite system's Xilinx Zynq processor, with a focus on testing scalability, response time, and overall capabilities over a 24-month period from May 2025 to May 2027. This procurement is critical for enhancing space traffic monitoring capabilities and is justified under FAR 6.302-1 due to ERADrive, Inc.'s unique ability to provide a compatible operational system leveraging existing on-orbit infrastructure. Interested organizations are encouraged to submit their capabilities and qualifications to Joshua Taggart via email by 5:00 PM CT on April 30, 2025, to determine if a competitive acquisition process will be pursued.
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.
Skydio X10 Starter Kit
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a Skydio X10 Starter Kit, specifically from Skydio, Inc., as part of a combined synopsis/solicitation. This procurement is set aside for small businesses and aims to acquire advanced technology compatible with both 2.4/5 GHz and 5G/LTE networks, essential for operations at the Kennedy Space Center in Merritt Island, Florida. The selected equipment will enhance NASA's capabilities in its missions, reflecting the agency's commitment to maintaining cutting-edge technology. Quotes are due by April 28, 2025, and interested offerors must direct any questions to Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
Bravium Best Practice Engine (BPE) and Bravium Upgrade Assistant (BUA) Co-termed Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its sole source contract with Carahsoft for the Bravium Best Practice Engine (BPE) and Bravium Upgrade Assistant (BUA), which are critical third-party plugins for the ServiceNow platform utilized by the NASA Shared Services Center (NSSC). The renewal, which spans five years starting June 4, 2025, aims to maintain essential functionalities such as automated code reviews, quality checks, instance governance, and upgrade management, thereby preventing potential service disruptions and the need for complex reverse-engineering of custom applications. Interested parties may submit their qualifications by 4:00 p.m. CST on April 29, 2025, to encourage the government to consider a competitive procurement process, with all inquiries directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.