Simulation and Advanced Software Services II (SASS II)
ID: 80JSC024SASS2Type: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA JOHNSON SPACE CENTERHOUSTON, TX, 77058, USA

NAICS

Custom Computer Programming Services (541511)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines reporting requirements for federal property management, specifically related to NASA Form (NF) 1018 and monthly financial reports through the Contractor-Held Asset Tracking System (CHATS). It specifies that NF 1018 reports are electronically disseminated via NESS unless directed otherwise by the JSC IPO. The annual submission of the NF 1018 follows NFS 1852.245-73, with a final report also required under the same regulations. Monthly financial reporting through CHATS is mandated, and a final CHATS report must align with the user’s manual. All submissions must be conducted electronically, emphasizing the streamlined digital process for compliance with federal property oversight. This document serves as a guideline for contractors managing government-held assets to ensure accountability and adherence to established reporting protocols within the framework of federal grants and contracts.
    NASA's Draft Request for Proposal (DRFP) 80JSC025R7003 outlines requirements for the Simulation and Advanced Software Services II (SASS II) contract, aimed at enhancing space-based robotics and software development across key NASA initiatives including the International Space Station, Orion, Gateway, and Artemis programs. The DRFP invites comments from potential offerors on various aspects such as requirements, proposal instructions, and perceived safety or programmatic risks, with a focus on identifying inefficiencies. The acquisition will be a total small business set aside, resulting in a single award, Indefinite Delivery Indefinite Quantity (IDIQ) contract for 5 years, starting from October 1, 2025. Offerors must ensure compliance with preset regulations and must pass an Equal Employment Opportunity (EEO) clearance before contract award. The contractor is expected to provide simulation services, including robotics, graphics, and vehicle modeling, as well as advanced software services to enhance avionics and user interfaces through AI and machine learning. Importantly, the DRFP emphasizes the incorporation of evolving regulations concerning AI and ML into deliverables. Comments from interested parties are due by January 17, 2025, to inform the final solicitation expected on February 10, 2025.
    This document outlines the reporting requirements for property management within NASA. It specifies the electronic distribution of the NF 1018 reports through the NASA Electronic Subcontracting System (NESS) unless directed otherwise. Monthly Property Financial Reports are to be submitted via the Contractor-Held Asset Tracking System (CHATS). Key deadlines include the Annual Property Reporting through NASA Form 1018, due as per NFS 1852.245-73(c)(1), and a final NF 1018 submission according to NFS 1852.245-73(d). Additionally, monthly financial reports and final CHATS reports must comply with detailed instructions found in the respective user manuals and guidelines. All reporting must be conducted electronically, ensuring compliance with established federal property management protocols. This framework supports NASA's efforts to maintain accurate property accountability and financial reporting in relation to federal grants and RFPs.
    The document is an amendment to the solicitation for the Simulation and Advanced Software Services II (SASS II) project, identified as amendment number 1. The primary change highlighted is the removal of all references and requirements concerning the Diversity, Equity, Inclusion, and Accessibility (DEIA) Plan from the solicitation documentation. This includes significant adjustments in various attachments, specifically Attachment J-2 and Attachment J-17, which have also been revised to indicate that they are reserved, effectively nullifying earlier DEIA requirements. The amendment emphasizes the need for offerors to acknowledge receipt of this change, ensuring it is communicated prior to the specified acceptance deadline. This update highlights the government's commitment to refining its contract requirements, possibly reflecting broader policy shifts concerning DEIA initiatives in federal contracting processes.
    The National Aeronautics and Space Administration (NASA) issued a Draft Request for Proposal (DRFP) for Simulation and Advanced Software Services II (SASS II) at the Lyndon B. Johnson Space Center. The primary objective of this acquisition is to obtain specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This will support various NASA programs including the International Space Station (ISS), Orion, and Artemis initiatives. NASA seeks feedback from potential offerors on the draft solicitation, covering aspects like requirements, schedules, and evaluation criteria. This competitive acquisition is designated as a total small business set-aside and will lead to a single Indefinite Delivery Indefinite Quantity (IDIQ) contract effective from October 1, 2025, to September 30, 2030. Offerors must comply with eligibility requirements and will be evaluated based on proposal submissions addressing safety, security, and other potential risks. A Pre-proposal Conference is planned after the final RFP release, with a proposal submission deadline 30 days thereafter. The contractor is expected to adhere to regulations regarding Artificial Intelligence applications and must provide a comprehensive management plan. Overall, this DRFP underscores NASA's commitment to enhancing its capabilities in advanced simulation and software development to meet future exploration needs.
    The document outlines the Technical Resources Template (TRT) for a government Request for Proposals (RFP) focusing on the allocation and reporting of labor and non-labor resources necessary for contracting in various task orders. Each section highlights instructions for prime offerors to summarize proposed resources, including labor categories, estimated full-time equivalents (FTEs), and associated costs for several task orders, specifically for Contract Year 1. Key components include the requirement to establish self-calculating formulas, detail resources allocated to each Statement of Work (SOW), and provide specifications for both prime offerors and subcontractors. The document emphasizes the importance of incumbent retention and outlines how to link employee retention percentages to the overall proposal. It specifies the need for comprehensive reporting on labor cost structures, and the integration of overhead and administrative rates into pricing proposals. In essence, this template serves as a systematic approach for offerors to compile and present resource allocations and pricing strategies for the government contract, focusing on compliance, clarity, and comprehensive documentation in response to the RFP.
    The document outlines the draft Statement of Work (SOW) for the Simulation and Advanced Software Services II (SASS II) contract, aimed at providing comprehensive engineering simulation and software development support for NASA's Johnson Space Center. Key services include simulation model development for robotics, biomechanics, spacecraft navigation, and advanced flight software, particularly for programs like the International Space Station and Artemis missions. The contractor's responsibilities encompass contract management, information technology security, and adherence to safety protocols. The contractor will implement various simulation methodologies, including non-real-time and real-time human-in-the-loop simulations, and support avionics flight software development with a focus on machine learning and advanced human-computer interaction systems. Essential requirements include maintaining and upgrading simulation models to meet engineering analysis needs and developing cutting-edge interfaces that enhance user interaction during missions. The SOW emphasizes the need for contractors to follow established engineering standards while enabling innovative technologies and intelligent systems that support human spaceflight operations. Through its detailed sections, the document serves to guide potential contractors on expectations, thereby facilitating successful proposals for government RFPs associated with NASA's advanced exploration efforts.
    The Attachment 2 - Vendor Capability Matrix serves as a tool for vendors to assess their capabilities in relation to the Draft Statement of Work (SOW) for a Request for Information (RFI). The matrix outlines various sections of the SOW, including management components, simulation services, and advanced software technology systems. For each section, vendors are required to indicate their applicability by marking an "X" next to relevant services their company offers. Notably, the document emphasizes several product descriptions, such as robotics, avionics software, and advanced human-computer interaction, while designating all sections as non-applicable (N/A) to the current RFI. The vendor capability matrix aims to streamline the evaluation process by clearly delineating which capabilities align with the needs set forth in federal, state, and local RFPs, thereby facilitating more effective proposal submissions.
    The document outlines a Request for Proposal (RFP) focused on the management and provision of various simulation and advanced software services. It details the responsibilities of both the prime contractor and multiple subcontractors, emphasizing areas including Contract Management, Information Management, and Safety and Health Management. Specific Statement of Work (SOW) areas supported by the contract include robotics and biomechanics simulation, space-based vehicle modeling, astronomical object surface simulation, and graphics simulation services. Furthermore, advanced software services are highlighted, such as avionics flight support software, as well as the development of advanced technology systems and human-computer interaction. The structure suggests a comprehensive approach to managing the entire project with collaboration among various contractor entities. Overall, the document serves as a framework for engaging contractors with the necessary expertise to fulfill the government's simulation and software requirements efficiently.
    The document is a pre-award survey for evaluating a prospective contractor's accounting system, essential for government contract awards. It presents recommendations based on the contractor's compliance with accounting principles, indicating whether the system is acceptable. If deficiencies are noted, they require further clarification in a narrative section. Key evaluation criteria include proper cost segregation, effective labor tracking, and the system's capacity to provide necessary financial data for contract management and future pricing. The survey also assesses whether the accounting system is fully operational and aligned with government cost principles. The recommendations indicate that a follow-up review of the accounting system may be necessary after the contract award. This review ensures compliance and reliability, which are critical for properly managing federal grants and contracts. Overall, the document emphasizes the importance of a robust accounting system for contractors engaged with federal and state agencies.
    The Past Performance Matrix is a tool used in the context of proposals for government contracts, particularly for Requests for Proposals (RFPs). It outlines different roles such as Prime, Program Manager, and various subcontractors, indicating their responsibilities regarding specific Statements of Work (SOW). The matrix requires offerors to indicate their previous contract performance by marking cells corresponding to the SOW sections relevant to each role. Key SOW sections include Management, Information Management, Safety and Health Management, Simulation Services, and Advanced Software Services. Offerors are encouraged to provide details about their past performance in these areas, ensuring that the information aligns with other proposal documents. Through this matrix, the document emphasizes the need for evidence of relevant experience, which is critical for evaluating bids and ensuring capability in executing the proposed work. This structured approach facilitates a transparent review process during proposal evaluations.
    The document outlines the evaluation criteria for a NASA RFP concerning the SASS II contract. It emphasizes the importance of past performance ratings over cost in the evaluation process, while acknowledging concerns regarding the impact of this criterion on non-incumbent companies. The evaluation employs a pass/fail system for technical and management capabilities, limiting the ability to score innovations. Key personnel are assessed on relevant skills based on their past performance rather than their execution on specific contracts. The file addresses potential advantages for incumbents related to past performance and highlights the need for a diverse range of subcontractors to ensure best value and competition. The document also outlines concerns about the clarity of task orders, particularly regarding similarity to previous contracts, vagueness in requirements, and the expectations for deliverables related to simulations of various vehicle systems. Modifications are anticipated to include clearer specifications in response to bidder inquiries. Overall, the evaluation criteria aim to streamline the acquisition process while seeking to foster innovation, despite challenges posed by past performance being prioritized in evaluation metrics.
    The document provides a compilation of questions and answers from an Industry Day event regarding the Simulation and Advanced Software Services II (SASS II) contract opportunity with NASA. The primary focus is to inform potential offerors about the SASS II procurement process, enabling them to understand teaming arrangements, project scopes, and evaluation criteria. Key points include guidance on finding subcontracting opportunities, clarification on task order issuance, and insight into the evaluation of past performance. NASA intends to incorporate digital twinning into the contract and is open to new software tools proposed by offerors. The document addresses the anticipated contract's structure, including potential set-asides for small businesses, contracting approaches, and requirements for personnel and experience. Issues such as organizational conflicts of interest and compliance with federal acquisition regulations are also noted. Overall, the document aims to enhance transparency and understanding among contractors by communicating the details and expectations of the upcoming SASS II RFP process, encouraging qualified firms to participate in providing simulation and software services for NASA's applications.
    The document lists various small and large businesses that have expressed interest in a federal government RFP related to the SASS II program as of October 8, 2024. Each entry includes details such as the company name, address, contact information, and business classifications. The classifications indicate whether the business is a Small Business (SB), Large Business (LB), Women-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), or other specific minority designations like HUBZone or Service Disabled Veteran-Owned Small Business (SDVOSB). This compilation serves as a resource for federal agencies and stakeholders, providing insight into potential contractors for various government projects. The directory is essential for ensuring that federally funded projects can access a diverse pool of qualified bidders, promoting inclusion and competition among businesses of various sizes and ownership structures. The presence of various classifications reflects the government's commitment to supporting economically disadvantaged businesses and ensuring fair procurement opportunities in line with federal guidelines on contracting and grants.
    This document outlines the procedures for obtaining access to export-controlled scientific and technical information for individuals associated with companies contracting with NASA. It specifies that requests for access must be made through an authorized manager in the company's Security or Human Resources Office, who will verify the accuracy of the information provided. Key requirements include the full company name, address, CAGE code, and details regarding individuals requesting access, such as their U.S. citizenship status and place of birth. Additionally, specific provisions are highlighted for foreign nationals, including compliance with Individual Technology Transfer Control Plans (I-TTCP) and Non-Disclosure Agreements (NDA). Companies must ensure adherence to U.S. export regulations, emphasizing their responsibility in maintaining compliance. The document serves to ensure a structured and regulatory-compliant approach for companies seeking access to sensitive export-controlled information, crucial within the context of federal RFPs and grants.
    The document pertains to Solicitation Number 80JSC025R7003, focused on the procurement of Simulation and Advanced Software Services II (SASS II). It outlines the request for proposals (RFP) related to various aspects of the procurement process, including detailed evaluation criteria, proposal instructions, and mandatory compliance categories. Key areas highlighted include safety and occupational health requirements, security measures (particularly in information technology), environmental considerations, and export control regulations. The document also addresses comments on the necessity of requirements, clarity issues, and the presence of unique terms and conditions. Ensuring a structured approach for proposal submissions, it emphasizes the importance of adhering to technical scenarios and sample task order specifications. Overall, the solicitation aims to obtain qualified vendors capable of delivering advanced software solutions, thus supporting government objectives in enhancing simulation capabilities.
    The Total Compensation Rate Build-up Form is a required template for Prime Contractors and Major Subcontractors in accordance with a federal RFP. It outlines the proposed labor categories, including various engineering levels, program managers, business specialists, and interns, with spaces to fill in compensation rates across multiple categories. Key components of the form include the range of fringe benefits such as paid leave (vacation, holiday, sick leave), supplemental pay (overtime, shift differentials), insurance (life and disability), retirement savings plans, and legally mandated benefits like Social Security and Medicare. The intention is to compile a comprehensive overview of the total hourly fringe benefit rates, direct labor rates, and overall Total Compensation Rate (TCP) for labor positions being proposed. This structured documentation ultimately assists in evaluating compensation proposals submitted under the contract terms while ensuring transparency and consistency in pricing within government contracting processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    NASA's Johnson Space Center is seeking proposals from small businesses for the Simulation and Advanced Software Services II (SASS II) contract, aimed at providing specialized services in space-based robotics, avionics, and flight software. The contract, structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with both Cost-Plus Fixed-Fee and Firm-Fixed Price task orders, will support critical NASA programs such as the International Space Station, Orion, Gateway, and Artemis over a five-year period. Interested offerors must submit their proposals by March 13, 2025, and are encouraged to attend a pre-proposal conference on February 18, 2025, to clarify any questions regarding the solicitation. For further inquiries, potential bidders can contact Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    NRESS III Draft RFP 80HQTR25R7002
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the NRESS III Draft Request for Proposal (RFP) 80HQTR25R7002, aimed at providing research and education support services, including professional and IT services for NASA's peer review program. The contract, which is set aside for 8(a) businesses, will facilitate the management of research proposals, outreach programs, and compliance with federal grant policies, ensuring efficient contract management and adherence to NASA's operational standards. The anticipated contract value ranges from a minimum of $5 million to a maximum of $365,208,886, with proposals due approximately 30 days after the final RFP release on April 29, 2025. Interested parties can direct inquiries to Chanda Cannon at chanda.m.cannon@nasa.gov or Jasmine N. Jett at jasmine.n.jett@nasa.gov.
    NASA Small Business Innovation Research (SBIR) Phase I Fiscal Year 2025
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Innovation Research (SBIR) Phase I for Fiscal Year 2025, aimed at fostering innovative technologies that support NASA's missions. Eligible small businesses, defined as those with 500 or fewer employees, are required to submit proposals that demonstrate feasibility and potential for commercial viability, with a maximum funding of $150,000 available for a six-month project duration. This initiative is crucial for advancing aerospace technology and enhancing the broader economy, as it emphasizes sound business practices and market readiness. Proposals must be submitted via the Proposal Submissions and Award Management System (ProSAMS) by March 10, 2024, and interested parties can reach out to Kenneth E. Albright at Kenneth.E.Albright@nasa.gov or Steven Brockway at steven.m.brockway@nasa.gov for further information.
    Siemens Simcenter Flomaster Fluid System & Dynamic AP SW Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its licenses for the Siemens Simcenter Flomaster Fluid System and Dynamic AP Software for fiscal year 2025. This procurement is essential for ongoing engineering support of Rocket Propulsion Test Projects at the Stennis Space Center, where the software's unique capabilities are critical for maintaining operational efficiency and project integrity. The contract period is set from January 1, 2025, to December 31, 2025, with responses to the solicitation due by February 25, 2025. Interested small businesses must register at SAM.gov and direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.
    NASA Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation, aimed at developing innovative technologies that can benefit both NASA missions and broader societal needs. Proposals must demonstrate technical feasibility, relevance to NASA's objectives, and include a clear commercialization strategy, with funding capped at $150,000 for a project duration of 13 months. This initiative emphasizes the importance of small businesses in federal research and development, particularly encouraging participation from socially and economically disadvantaged groups. Interested parties must submit their proposals by March 10, 2025, and can reach out to Kenneth E. Albright at Agency-SBIR-STTRSolicitation@mail.nasa.gov or by phone at 228-813-6127 for further information.
    NASA INNOVATIVE ADVANCED CONCEPTS (NIAC) PHASE II
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Headquarters is preparing to release a solicitation for the "NASA Innovative Advanced Concepts (NIAC) Phase II" program, anticipated on or about January 22, 2025. This opportunity is aimed at U.S. organizations that have successfully completed or are actively completing a NIAC Phase I study, allowing them to further develop promising concepts and explore potential infusion options within and beyond NASA. The NIAC program is crucial for advancing innovative research in space technology, with Phase II awards designed to refine and build upon the foundational work established in Phase I studies. Interested proposers must submit their Phase II proposals electronically through NSPIRES by an authorized organizational representative, with a critical deadline for Phase I final reports set for February 24, 2025, at 5 PM ET. For further inquiries, contact John Nelson at hq-niac@mail.nasa.gov or call 202-358-0913.
    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.
    Human Health and Performance Contract 2 (HHPC2)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Human Health and Performance Contract 2 (HHPC2), aimed at enhancing crew health, safety, and productivity in support of human spaceflight activities. This procurement will involve compliance with a range of technical and operational standards, including rigorous performance evaluations and adherence to applicable documents related to human health and performance within aerospace contexts. The contract, structured as a Cost-Plus-Award-Fee (CPAF) arrangement, is set to commence on November 1, 2025, and will primarily take place at NASA's Johnson Space Center in Houston, Texas. Interested parties should direct inquiries to primary contact Yaranet Marquez at yaranet.marquez-1@nasa.gov or secondary contact Joseph Ocampo at joseph.t.ocampo@nasa.gov, with the final Request for Proposal (RFP) expected around December 6, 2024.
    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.
    FY25 BMC Helix Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the renewal of BMC Helix services for fiscal year 2025, specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to ensure compliance with federal regulations while providing essential IT and telecom services, including business application development software as a service. This renewal is critical for supporting NASA's ongoing missions, particularly in enhancing operational capabilities and maintaining effective communication systems. Interested vendors must submit their bids by February 13, 2025, and direct any inquiries to Kacey Hickman at kacey.l.hickman@nasa.gov.