Fieldview Maintenance Network License
ID: 80NSSC901432QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONUS

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 procure a Fieldview Maintenance Network License, which is essential for the ongoing support and maintenance of the Fieldview software used for data visualization and analysis. The procurement involves the renewal of 14 user licenses for floating license maintenance, allowing support for one user concurrently across multiple processors, with the performance period set from May 1, 2025, to April 30, 2026. This contract will be issued as a sole source to Tecplot Inc., the exclusive provider of this license, and interested organizations must submit their capabilities and qualifications by 12:00 p.m. Central Standard Time on April 23, 2025, to Lindsey McLellan at lindsey.m.mclellan@nasa.gov. The procurement will adhere to FAR regulations, and the government reserves the right to determine the competitive nature of the process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for the annual support and maintenance renewal of Fieldview Maintenance software (license F50330) provided by Tecplot Inc. It specifies the renewal for 14 user licenses, focusing on floating license maintenance that allows support for one user concurrently across up to eight processors per seat. The designated performance period is from May 1, 2025, to April 30, 2026. This renewal aims to ensure continued access to the software's functionalities and technical support, which is vital for users reliant on this tool for data visualization and analysis. The document serves a clear administrative purpose in the context of federal RFPs and grants by establishing the terms for ongoing software maintenance necessary for effective operational performance.
    NASA/NSSC requires a Fieldview Maintenance Network License and intends to issue a sole source contract to TECPLOT INC, as they are the only provider of this license. The procurement will be conducted in accordance with FAR regulations, specifically FAR Part 12 and FAR Part 13, with the performance location at NASA's Marshall Space Flight Center. The relevant NAICS Code for this procurement is 513210. Organizations interested in proposing their capabilities and qualifications must submit their information to the specified contact by 12:00 p.m. Central Standard Time on April 23, 2025. Responses will be evaluated solely to determine if the procurement will proceed on a competitive basis; however, the government holds the discretion to decide against full and open competition. Oral communications are not permitted in response to this notice, and details regarding the Ombudsman for this acquisition are provided. This notice reflects standard operating procedures for federal acquisitions, emphasizing the intent to maintain a streamlined process while ensuring compliance with established regulations.
    Lifecycle
    Title
    Type
    Special Notice
    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.
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.
    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.
    2026 MentorcliQ Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its contract with MentorcliQ, Inc. for the 2026 MentorcliQ Renewal, which involves the continuation and expansion of an enterprise-level IT platform for managing mentoring programs across the agency. The contractor will be responsible for providing software subscriptions, designing and configuring new mentoring programs, maintaining existing ones, and offering support and training, with the performance taking place at Stennis Space Center in Mississippi. This procurement is classified under NAICS Code 513210 and will be awarded as a sole source contract, with interested organizations invited to submit their capabilities by December 16, 2025, to Cara Craft at cara.s.craft@nasa.gov for potential competitive evaluation.
    FY26 Entrust Subscription Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking qualified vendors for the FY26 Entrust Subscription Renewal, a procurement set aside for small businesses under the NAICS Code 513210. This contract involves the acquisition of various Entrust CA Gateway subscriptions, PKI enrollment licenses, and associated Platinum Support Annual Fees, all of which are critical for maintaining secure communications and operations within NASA's Marshall Space Flight Center. The subscriptions will be delivered electronically and are required for a one-year period starting January 1, 2026, with a need by date of December 31, 2025. Interested parties must submit their quotes by December 11, 2025, at 8 a.m. CT, and can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov for further information.
    TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Enhanced Software Suite Maximizes Non-Destructive Evaluation (NDE) Methods (MSC-TOPS-34)
    National Aeronautics And Space Administration
    NASA's Technology Transfer Program is seeking inquiries from companies interested in obtaining licensing rights for an Enhanced Software Suite designed to maximize Non-Destructive Evaluation (NDE) methods, specifically the Flash Thermography NDE Technology Suite. This suite, developed by researchers at NASA Johnson Space Center, offers advanced techniques for post-processing flash infrared thermography data, enhancing the detection and characterization of anomalies in composite and metallic structures, thus improving operator accuracy and efficiency. The technology is crucial for various applications in structural assessments, and interested parties can submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) at https://technology.nasa.gov/patent/MSC-TOPS-34. Please note that NASA provides no funding in conjunction with these licenses, and inquiries can be directed to Agency-Patent-Licensing@mail.nasa.gov for further information.
    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.
    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.
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.
    DTS SLICE NANO Hardware
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure DTS SLICE NANO Hardware from Diversified Technical Systems, Inc. (DTS) as a sole source requirement. This procurement is critical for replacing systems that were damaged during SpaceX Bay 12 testing, specifically for the Anthropomorphic Test Device (ATD) used at NASA Langley Research Center (LaRC) for crash testing. The DTS SLICE NANO system is essential for maintaining operational continuity and ensuring the integrity of critical instrumentation data during tests, as utilizing an alternative vendor would jeopardize ongoing operations and lead to significant delays and costs. Interested organizations may submit their capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as the government retains discretion on whether to conduct a competitive procurement process.