National Center for Critical Information Processing and Storage (NCCIPS) V3
ID: 80NSSC26R7002Type: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Computer Facilities Management Services (541513)

PSC

OPERATION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (M1BG)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.

    Files
    Title
    Posted
    The National Aeronautics and Space Administration’s Shared Services Center (NSSC) is seeking information for the NCCIPS V3 contract, focusing on facility operations, maintenance, management, and data center power and network integration for the National Center for Critical Information Processing and Storage (NCCIPS). NCCIPS is a 200,000 sq. ft. secure federal shared services facility in Mississippi, established to support secure processing and storage of sensitive data. The NSSC is gathering information from all interested parties, including small businesses and minority institutions, to determine the appropriate level of competition and potential small business set-asides. A draft Performance Work Statement (PWS) outlines requirements such as experience in managing Tier III data centers, 24/7 facility operations, power and cooling infrastructure, program/project management, IT systems/cybersecurity, logistics, acquisition services, energy management, and retention/phase-in plans. Responses, not exceeding 15 pages, along with a Capabilities Statement Worksheet, are due by January 12, 2026, at 12:00 PM CST to Steven Wood, Kimberly Thomas, and Erin Brayson. A Reverse Industry Day and Site Visit are being planned.
    The document "NSSC NCCIPS V3 Draft Performance Work Statement" outlines a draft performance work statement, likely related to a federal government Request for Proposal (RFP) or a similar procurement document. The title suggests it pertains to the NASA Shared Services Center (NSSC) and a program or contract identified as "NCCIPS V3." As a draft, it serves as an initial outline of the scope of work, deliverables, and performance requirements for a potential contractor. This document is a foundational element in the government contracting process, providing prospective vendors with an understanding of the agency's needs and expectations for the services or solutions being sought.
    The "Vendor Capability Statement Worksheet" is a government document designed to gather detailed information from potential vendors for federal, state, and local RFPs and grants. It requires companies to provide administrative data such as company name, contact, DUNS/Cage Code, ownership, years in business, business type (small or large), average annual revenue, and number of employees. The form also assesses eligibility criteria, including NAICS code 541513 registration and small business status based on a $37.0 million size standard. Vendors must indicate their interest in bidding as a prime or subcontractor and specify business arrangements like partnerships, teaming agreements, or joint ventures. A critical component is the submission of relevant work performed in the last five years, detailing contract numbers, descriptions, types, dollar values, and client contact information, along with explanations of how previous work aligns with current requirements. The document also allows vendors to pose questions or provide comments on the draft PWS scope and feasibility and to identify their specific small business categories (e.g., 8(a), Woman, HUBZone, SDVOSB).
    Lifecycle
    Similar Opportunities
    NRESS III RFP 80HQTR26R0002
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is soliciting proposals for the NASA Research and Education Support Services (NRESS) III under Solicitation No. 80HQTR26R0002. This procurement aims to provide professional and IT support services essential for NASA's peer review program, as well as research, education, and outreach initiatives that facilitate participation in NASA's research programs. The contract, valued at an estimated maximum of $365 million, will be a Cost-Plus-Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) arrangement with a five-year ordering period, commencing on December 1, 2026. Interested parties must submit their proposals by January 30, 2026, and direct any inquiries to Chanda Cannon at Chanda.M.Cannon@nasa.gov or Maikeyza Brown at maikeyza.brown-1@nasa.gov.
    Dual Administrative Support Services (DASS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to consolidate contract requirements for administrative support services under the Dual Administrative Support Services (DASS) contract at the NASA Stennis Space Center. This procurement aims to combine the administrative services previously required for the Marshall Space Flight Center (MSFC) with the DASS contract, as determined necessary and justified by NASA and concurred by the Small Business Administration (SBA). The administrative services are crucial for supporting NASA's operations and ensuring efficient management of resources. Interested parties can reach out to Rachel Clayton at rachel.clayton@nasa.gov or 228-688-2822, or Belfield Collymore at belfield.c.collymore@nasa.gov or 228-688-1631 for further details regarding this opportunity.
    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.
    NASA AFRC Facilities Operations and Maintenance Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking capability statements from small business firms for the Facilities Operations and Maintenance Services at the Armstrong Flight Research Center (AFRC) located in Edwards, California. The procurement aims to identify qualified sources capable of providing comprehensive facility operations, maintenance, and repair services for various infrastructure and assets, including buildings, hangars, and utility systems. This opportunity is crucial for ensuring the operational efficiency and safety of NASA's facilities, which support critical aeronautics research and development activities. Interested firms must submit their capability statements, not exceeding fifteen pages, by following specific submission guidelines outlined in the opportunity notice, with inquiries directed to Cacie Carrillo at cacie.carrillo@nasa.gov or Eleonor Barron at eleonor.barron@nasa.gov.
    LinkedIn Hiring Solutions Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotes for the renewal of LinkedIn Hiring Solutions, a service critical for enhancing its recruitment capabilities. This procurement is categorized under NAICS Code 541611 and is open to full competition, requiring vendors to be registered on SAM.gov. The renewal is essential for maintaining effective hiring practices within NASA, ensuring access to a broad talent pool. Quotes are due by December 31, 2025, at 12 p.m. CT, and interested parties may submit written questions until December 29, 2025, at 12 p.m. CT. For further inquiries, contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
    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.
    Research Opportunities for International Space Station (ISS) Utilization
    National Aeronautics And Space Administration
    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.
    NASA Unified Network and Navigation Operations (UN2O)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking responses for the Unified Network and Navigation Operations (UN2O) contract, aimed at supporting the Space Communications and Navigation (SCaN) program. The procurement focuses on operations, maintenance, and sustainment of the Near Space Network (NSN) and Deep Space Network (DSN), as well as the integration of new capabilities to enhance communication and navigation services for various missions, including those involving human spaceflight and international partnerships. Interested firms are invited to submit capability statements by January 19, 2026, to the primary contact, Ian P. Sherry, at Ian.P.Sherry@nasa.gov, with a focus on demonstrating their ability to meet the outlined requirements and potential contract structure suggestions.
    Centralized Waste Processing System
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    National Aeronautics And Space Administration
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV through a Draft Request for Proposal (DRFP) designated as 80GSFC24R0012. The procurement aims to secure contractor support for environmental testing, mechanical and optical integration, and operational support for spacecraft and flight experiment components, with a focus on maintaining high standards of safety and quality. This contract is critical for NASA's mission in space science and technology development, ensuring robust testing and integration processes are in place. Interested vendors must submit their comments and questions regarding the DRFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the project requirements.