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

    NASA's Johnson Space Center is seeking information from potential sources for the Simulation and Advanced Software Services II (SASS II) contract, aimed at providing specialized simulation and advanced software services for various space exploration programs. The procurement will focus on areas such as robotics, avionics, vehicle guidance, navigation, control systems, and software development technologies, which are critical for supporting missions like the International Space Station, Orion, Gateway, and Artemis. Interested parties are encouraged to submit capability statements by June 7, 2024, and can find additional details, including the draft Statement of Work and the Interested Parties List, on the SASS II website. For inquiries, contact Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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 document is a Vendor Capability Matrix that solicits vendor responses related to their alignment with the Draft Statement of Work (SOW). Vendors are instructed to indicate their capabilities by marking an "X" in designated sections corresponding to specific areas of expertise. The matrix includes several categories such as Contract Management, Information Management, Safety and Health Management, Simulation Services, Product Descriptions, and various advanced software technology systems. Most sections, including management and simulation services, denote "N/A to RFI," suggesting they are not applicable to the current request for information. However, several product descriptions highlight key simulation services like Robotics and Biomechanics, Space-Based Vehicle Modeling, and Graphics Simulation, indicating critical areas where vendors are expected to demonstrate capabilities. The document serves as a tool for assessing the readiness and suitability of vendors in responding to government RFPs, particularly in technological and simulation-based services, guiding the selection process in compliance with required capabilities.
    NASA's Johnson Space Center hosted the Simulation and Advanced Software Services II (SASS II) Industry Day on June 20, 2024, to promote competition and inform industry stakeholders about upcoming procurement opportunities. Led by a team of NASA officials, the agenda included an overview of the current contract, potential future contracts, technical scopes, and an introduction to the vision of the Software, Robotics, and Simulation Division. The current contract under review is a cost-plus fixed fee agreement with MacLean Engineering, set to end in September 2025, while the proposed SASS II contract will span from October 2025 to September 2030. The document highlights the need for advanced simulation services, including robotic systems, human biomechanical representations, and avionics software. A particular focus is placed on enhancing human-robot interactions and software development for missions within NASA's Artemis and Orion programs. Participants were encouraged to submit questions electronically by June 24, 2024, for official responses to be posted on relevant government platforms. NASA aims to integrate industry feedback into its procurement strategy, seeking to leverage competition and innovation in achieving its objectives for space exploration. This Industry Day indicates NASA's commitment to transparent engagement with potential contractors in its advanced software services sector.
    The Simulation and Advanced Software Services II (SASS II) Industry Day/Q&A held on June 20, 2024, provided critical information for potential offerors regarding upcoming contract opportunities with NASA. Key topics covered included how to identify subcontracting opportunities, guidelines for teaming arrangements, and expectations for task order allocations. Offerors can utilize the Interested Parties List (IPL) for partner searching and will have opportunities to meet with stakeholders during the Industry Day. The SASS II contract anticipates yearly task orders, focusing on areas such as digital twinning and specific software tools. NASA is open to alternative tools as long as they meet contract requirements and will evaluate past performance extensively. The anticipated contract value and strategy have yet to be finalized, with ongoing assessments on small business set-asides and acquisition types. The document emphasizes that effective communication and adherence to FAR/NFS guidelines will facilitate successful proposals and mitigate compliance challenges. Offerors are encouraged to prepare thoroughly for the RFP process by demonstrating capabilities and aligning with the government’s mission needs. Overall, the SASS II initiative showcases NASA’s commitment to advancing software and simulation technologies while engaging with industry partners.
    The SASS II Interested Parties List, dated August 14, 2024, identifies various companies interested in government RFPs and federal grants. The list includes contact information and business classifications for each participant, highlighting small businesses (SB), veteran-owned small businesses (VOSB), women-owned small businesses (WOSB), education-based businesses (EDWOSB), and historically underutilized business zones (HUBZone). Notable entries include MacLean Engineering & Applied Technologies, LLC, TMC Technologies of West Virginia, and Horizon Video Productions, Inc. The document facilitates the connection between government entities and diverse service providers, showcasing a wide range of capabilities from engineering to IT solutions. By providing information on company names, addresses, contacts, and business types, the document aims to encourage participation from various sectors, thus promoting inclusivity and competition in securing government contracts. This strategic approach aligns with federal initiatives to support diverse business ownership while enhancing the quality of services rendered to government agencies.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS) at the Johnson Space Center in Houston, Texas. This procurement aims to provide technical, managerial, and administrative support to ensure the integrity, reliability, and security of mission systems for NASA's space flight programs, including the International Space Station and the Moon to Mars initiatives. The COSMOS contract is anticipated to be a single-award, Cost-Plus-Award-Fee (CPAF) contract with various elements, including Cost Reimbursable Delivery Orders, and will require compliance with specific security and performance standards. Interested parties must submit their capability statements by March 11, 2024, and can direct inquiries to Andrea De Paz at jsc-cosmos@mail.nasa.gov or by phone at 281-244-5472.
    Safety and Mission Assurance Services (SMAS) II
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Safety and Mission Assurance Services II (SMAS II) contract at the George C. Marshall Space Flight Center. This contract aims to provide a wide range of safety and mission assurance services, including system safety, reliability, software assurance, and quality engineering, supporting various NASA facilities such as Kennedy Space Center and Michoud Assembly Facility. The anticipated contract, valued at up to $488 million, will be a small business set aside with a single-award indefinite-delivery, indefinite-quantity (IDIQ) structure, and is expected to have an eight-year performance period. Interested parties are encouraged to submit comments on the Draft Request for Proposal (DRFP) by October 4, 2024, with the final RFP expected to be released on or about November 22, 2024. For further inquiries, contact Maranda McCord at maranda.b.mccord@nasa.gov.
    NASA Launch Services II 2024 On-Ramp
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is initiating an on-ramp opportunity for its Launch Services II (NLS II) contract, which remains open until June 30, 2030. This procurement aims to secure launch services from domestic providers capable of delivering payloads of at least 250kg to orbit, adhering to specific risk mitigation categories as outlined in NASA Policy Directive 8610.7D. The NLS II contract is critical for supporting NASA's missions by ensuring reliable access to space through certified launch vehicles. Interested parties must notify NASA of their intent to submit proposals by September 27, 2024, and provide details about their launch vehicle configurations and current flight manifest. For further inquiries, contact Jason R. Siewert at jason.r.siewert@nasa.gov or call 321-407-0250.
    Sources Sought Notice 2024
    Active
    National Aeronautics And Space Administration
    Sources Sought Notice 2024 NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) AMES RESEARCH CENTER is seeking partners interested in developing competitive proposals for NASA Announcements of Opportunity (AOs), Broad Agency Announcements (BAAs), Missions of Opportunities (MoOs), and proposal calls from other government agencies. The center is specifically interested in identifying potential partners that can perform science investigations, conduct research activities, and develop and demonstrate new technologies aligned with NASA's goals. They are also seeking partners that can provide flight hardware necessary for implementing proposed science investigations, research activities, or technology demonstration missions. NASA often selects scientific investigations and technology development missions through solicitations or announcements posted on NSPIRES. ARC has a history of responding to various NASA AOs, including planetary exploration AOs, and anticipates responding to current and future AOs in these and other areas. They are interested in partnering with organizations that have expertise in spacecraft systems, payload instrumentation, payload delivery capability to planetary surfaces, scientific concepts, technology demonstration concepts, mission architecture, and integration with launch services. Interested parties should submit a brief response with relevant information.
    FLIGHT DYNAMICS SUPPORT SERVICES (FDSS) IV - 80GSFC24R0027 elibrary
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking qualified contractors to provide Flight Dynamics Support Services (FDSS) IV under the solicitation number 80GSFC24R0027. The primary objective of this procurement is to deliver comprehensive engineering services related to flight dynamics, including mission analysis, trajectory design, and operational support for various NASA missions, particularly focusing on the On-orbit Servicing, Assembly, and Manufacturing (OSAM-1) mission and the Earth Observing System (EOS) missions. These services are critical for enhancing NASA's capabilities in satellite operations and ensuring the success of ongoing and future space missions. Interested parties should reach out to primary contact Jonnelle Goff at jonnelle.c.goff@nasa.gov or secondary contact Ricarda Mason at ricarda.e.mason@nasa.gov for further details. The contract is expected to have a maximum ordering value of $265 million, with the final Request for Proposals (RFP) anticipated around October 2, 2024, and contract awards planned by August 2025.
    Spaceport Operations and Center Services (SOCS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Request for Proposal (RFP) for Spaceport Operations and Center Services (SOCS) at the Kennedy Space Center in Florida. The procurement aims to secure services related to the maintenance and operations of NASA facilities, infrastructure, utilities, logistics, and spaceport integration. These services are critical for supporting NASA's ongoing missions and ensuring the operational readiness of its spaceport facilities. The anticipated release date for the RFP is on or about August 29, 2024, with proposals due by October 31, 2024. Interested parties can reach out to Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information.
    The NASA Search & Rescue Office requires the integration of Commercial Off-The Shelf (COTS) Mission Control Center (MCC) with the existing GSFC Medium Earth Orbit Search
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to integrate a Commercial Off-The-Shelf (COTS) Mission Control Center (MCC) with its existing Medium Earth Orbit Search and Rescue Local User Terminal (MEOLUT) at the Goddard Space Flight Center (GSFC). This sole source requirement specifically identifies Techno-Sciences Incorporated (TSI) as the exclusive provider for this integration, which is critical for processing emergency distress signals and maintaining operational efficiency within NASA's search and rescue operations. The project entails the delivery, installation, and integration of the MCC, ensuring compliance with Cospas-Sarsat standards and effective data sharing with NASA's network. Interested organizations must submit their qualifications in writing by September 18, 2024, at 9 a.m. CST, with inquiries directed to Procurement Specialist Shanna Patterson at shanna.l.patterson@nasa.gov.
    MIT SUBSCRIPTION RENEWAL
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its subscription with the Massachusetts Institute of Technology (MIT) through a sole source contract. This procurement is aimed at acquiring essential commercial items and services that support NASA's innovation strategies, particularly in facilitating knowledge exchange and collaboration among experts in innovation processes across various sectors. The contract will be executed at NASA's Johnson Space Center, with a deadline for interested organizations to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on September 18, 2024. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Will Garrett at will.c.garrett@nasa.gov.
    Next Space Technologies for Exploration Partnerships -2 (NextSTEP-2) BAA
    Active
    National Aeronautics And Space Administration
    Presolicitation NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking SPACE R&D SERVICES, SPACE FLIGHT, RESEARCH AND SUPPORTING ACTIVITIES, and BASIC RESEARCH. The purpose of this publication is to provide amendment 23 to the original pre-soliciation NNH16ZCQ001K and the following December 2023 Update. The NextSTEP-2 omnibus contract is being extended through 30 June 2024 to bridge the NextSTEP BAA while NASA finalizes its vision for the next iteration of NextSTEP. Due to SAM.gov system issues, the original pre-soliciation NNH16ZCQ001K was unable to be amended.
    Pre-Exploration Production and Operations Contract (Pre-EPOC) Evaluation and Readiness
    Active
    National Aeronautics And Space Administration
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION Pre-Exploration Production & Operations Contract (Pre-EPOC) Evaluation & Readiness The National Aeronautics and Space Administration (NASA) is providing this special notice to enhance industry understanding of their ongoing Exploration Production and Operations Contract (EPOC) effort. The purpose of this contract is to transition the method of contracting for the Space Launch System (SLS) from procuring spaceflight hardware from multiple contractors to procuring SLS as a launch service from a single contractor. The EPOC Contractor, Deep Space Transport, LLC (DST), will be responsible for assuming design authority of the integrated SLS Vehicle, managing production and assembly of the SLS Vehicle, supporting cross-program integration activities, and performing post-flight assessments. To reduce risk in the transition to and implementation of the launch service provider model through EPOC, NASA has revised their contracting approach and introduced a longer-term preliminary contract called Pre-Exploration Production and Operations Contract (Pre-EPOC) Evaluation and Readiness. Under this contract, DST will begin performing programmatic and integration activities, demonstrate readiness to perform production and operations tasks, exercise management of the SLS technical baseline, and formulate the development of the EPOC Transition Plans. Pre-EPOC will also require DST to manage work across multiple Original Equipment Manufacturers (OEMs), demonstrate technical capabilities, and identify programmatic and cost efficiencies. The award of Pre-EPOC is anticipated in early 2024, followed by the award of EPOC closer to the beginning of major hardware production for Artemis V. NASA remains on track to have DST assume the long-term production and operations of SLS for crewed Artemis launches beginning with Artemis V. Market research is ongoing for Pre-EPOC and will continue ahead of any future EPOC procurement. For more information, please refer to the SAM.gov posting: [link] (Source: SAM.gov)