Alteryx Server & Designer Procurement
ID: 80NSSC886865QType: 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) is seeking qualified vendors to procure Alteryx Server and Designer software, with a focus on authorized resellers only. This procurement includes the acquisition of one unit of the Analytics Innovation Program and the provision of an Alteryx Server Quick Start service, which encompasses installation, configuration, backup processes, and training for up to ten participants. The initiative is critical for enhancing NASA's data analysis capabilities and operational efficiency, reflecting the agency's commitment to innovation in research and development. Interested parties must submit their quotes by October 30, 2024, and ensure registration in the System for Award Management (SAM) for eligibility, with all correspondence referencing Notice ID 80NSSC886865Q directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document outlines a Statement of Work for a project at NASA Langley Research Center, detailing specific requirements for the procurement of analytics tools. The main objective includes the acquisition of one unit of the Analytics Innovation Program (part no. AX-187271-611) and the provision of an Alteryx Server Quick Start service (part no. PS-187372-611). This service encompasses the installation and configuration of one server, backup processes, and training for up to ten participants. The performance periods are specified as follows: the Analytics Innovation Program is to be delivered from November 25, 2024, to August 24, 2025, while the Alteryx Server Quick Start service will operate from November 25, 2024, to May 24, 2025. This project aligns with federal initiatives to strengthen data analysis capabilities, enhancing operational efficiency through advanced analytics solutions, reflecting the government’s commitment to fostering innovation in research and development.
    The NASA Shared Services Center recommends negotiating solely with Alteryx, Inc. for the procurement of Alteryx Server and Alteryx Designer software due to its established use and subscription maintenance by NASA. The estimated period for this acquisition spans from November 25, 2024, to August 24, 2025, and from November 25, 2024, to May 24, 2025, respectively. This sole-sourcing decision is supported by market research indicating the software's unique requirements and NASA's existing operational commitment. Transitioning to another vendor would incur transition costs exceeding $1 million, as an Analysis of Alternatives is being conducted for potential software changes. The recommendation emphasizes the impracticality of competition for this specific software, asserting that maintaining the current platform is essential to avoid significant disruption and expense. Overall, the document underscores the importance of continuity in software provisioning for operational efficiency within NASA.
    This file details the Request for Quotation (RFQ) from NASA for the procurement of Alteryx Server and Designer products, specifically limited to authorized resellers. It outlines the submission deadlines for quotes by October 30, 2024, and mandates registration in the System for Award Management (SAM) for eligibility. The solicitation emphasizes small business participation and requires specific representations regarding telecommunications equipment and services. The document is structured into five sections: a Statement of Work/Bid Schedule, Instructions to Offerors, Solicitation Provisions/Representations and Certifications, and Clauses/Terms and Conditions. Key provisions address certification of business statuses, compliance with telecommunications regulations, and adherence to procurement regulations, including the "Buy American" Act. The RFQ seeks to ensure that offers remain valid for 30 days and include complete contact information, responding to both technical and contractual inquiries in writing. Overall, NASA's solicitation process emphasizes regulatory compliance, small business inclusion, and transparency in government procurement practices while focusing on specific software solutions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Ettus Research USRP N320
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of an Ettus N320 Software Defined Radio (SDR) or an equivalent item, which is essential for testing microwave hardware related to the Snow Water Equivalent Synthetic Aperture Radar and Radiometer (SWESARR) project. The procurement includes one unit of the USRP N320, featuring two transmit/receive channels and a 200 MHz bandwidth, to be delivered to the NASA Goddard Space Flight Center in Greenbelt, Maryland, within 20 to 30 days after receipt of order. This acquisition is part of NASA's ongoing efforts to enhance research and development in space science and technology, emphasizing the importance of advanced telecommunications equipment. Interested small businesses must submit their quotes by October 28, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details.
    Design and analysis for a high altitude parachute for large payloads
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the design and analysis of a high-altitude parachute system intended for large payloads, specifically for its Balloon Program Office. The project aims to develop a decelerator system that enhances gondola stability, reduces landing dispersion, and minimizes canopy opening shock during high-altitude balloon flights, with a maximum suspended weight of 3,500 lbs. This procurement is crucial for advancing NASA's scientific research capabilities and ensuring safe recovery operations, with the parachute required to deploy at an altitude of 100,000 feet and support a maximum sea-level impact velocity of 22 feet per second. Interested small businesses must submit their quotes by October 7, 2024, and include their Unique Entity Identifier (UEI) number, delivery lead times, and compliance with federal regulations. For further inquiries, contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or call 228-813-6067.
    Simulation and Advanced Software Services II (SASS II)
    Active
    National Aeronautics And Space Administration
    NASA's Johnson Space Center is seeking qualified vendors to provide Simulation and Advanced Software Services II (SASS II), aimed at enhancing capabilities in simulation and software development for various space exploration programs, including Artemis and Orion. The procurement focuses on specialized services in areas such as robotics, avionics, vehicle guidance, and advanced software technologies, which are critical for supporting NASA's missions and ensuring effective human-robot interactions. The current contract, valued at approximately $100 million, is set to expire in September 2025, with the new contract anticipated to run from October 2025 to September 2030. Interested parties must submit their capability statements by June 7, 2024, and can direct inquiries to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    TI development interance and Zyngus evaluation board
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide a Brand Name TI development interface and Zyngus evaluation board, essential for testing Kinetic Inductance Detectors (KIDs) and Transition-Edge Sensor (TES) bolometers for future astrophysics missions. The procurement includes the delivery of two Xilinx ZCU-111 RFSoC Evaluation Boards and two Texas Instruments TSW14DL3200EVM DAC Evaluation Boards to the Goddard Space Flight Center in Greenbelt, Maryland, with a completion deadline set for December 15, 2024. This initiative is crucial for advancing NASA's capabilities in space research and ensuring the effective development of advanced detection systems. Interested parties must submit their quotes, including pricing and delivery timelines, to Jacqueline Townley at jacqueline.e.townley@nasa.gov by the specified deadlines, adhering to the Total Small Business Set-Aside requirements.
    TICRA’S SUITE OF SOFTWARE RENEWAL AND MAINTENANCE
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide renewal and maintenance services for TICRA's suite of engineering software, which is critical for antenna reflector design and modeling. The procurement includes licenses and maintenance for software such as GRASP, ESTEAM, CHAMP, and QUPES, with a renewal period of 12 months, aimed at supporting the Flight Microwave and Telecommunications Systems Branch at the Goddard Space Flight Center. This initiative underscores the government's commitment to maintaining essential engineering software for aerospace technology and telecommunications operations. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 11:59 a.m. Eastern Standard Time on October 30, 2024, to be considered for this total small business set-aside opportunity.
    FY24 Renewal of CDP Hardware/Software Maintenance Support
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking FY24 Renewal of CDP Hardware/Software Maintenance Support. This service is typically used for the maintenance and support of hardware and software related to the CDP (Continuous Diagnostics and Mitigation) system. The place of performance is Houston, TX (zip code: 77058), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Demolition of Aircraft and Test Articles
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking small business contractors for the demolition of aircraft and test articles at NASA Langley Research Center. The project involves the removal of nine aircraft and various test structures, with the primary goal of ensuring that all items are irreparably damaged to prevent reuse of any parts. This initiative is crucial for maintaining a safe and clean research environment by managing obsolete equipment and materials. Interested vendors must submit their quotes by October 29, 2024, and are encouraged to participate in a scheduled site visit on the same date. For further inquiries, potential bidders can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    Overhaul of 4 (ea) brake assemblies for King Air B200 N801NA
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified small business contractors to overhaul four brake assemblies for a King Air B200 aircraft, identified under RFQ 80NSSC25886227Q. The procurement requires compliance with FAA regulations, including the provision of a Q1-A (FAA 8130) certification, and emphasizes the importance of adhering to specific repair specifications outlined in the attached Statement of Work. This opportunity is critical for maintaining the operational capabilities and safety standards of NASA's aviation systems. Interested parties must submit their quotes by October 29, 2024, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136 for further information.
    Presolicitation Program and Analysis Control (PAAC VI) Support Services
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Request for Proposal (RFP) for the Program and Analysis Control (PAAC VI) Support Services contract at the Goddard Space Flight Center in Greenbelt, Maryland. This contract aims to provide essential Project Planning and Control (PP&C) services, including general project support, planning and scheduling, earned value management, configuration management, and documentation management, to assist NASA in managing its missions and projects across various facilities. The anticipated contract will be a Cost-Plus-Fixed-Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) single-award contract with a maximum value of $745 million and a five-year ordering period, with proposals due by November 7, 2024. Interested parties must possess a Secret level facility security clearance and are encouraged to contact Sherry Barbour at sherry.barbour@nasa.gov for further inquiries.
    FY24 Larc Tecplot 360 Commercial Site License renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking a renewal for the FY24 Larc Tecplot 360 Commercial Site License. This license is typically used for IT and Telecom - Business Application/Application Development Software as a Service. The service will be performed in Hampton, VA (zip code: 23681), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.