SOURCES SOUGHT
D -- Request for Information (RFI) for Microsoft Software Products and Services for NASA Enterprise IT Support
- Notice Date
- 10/1/2025 8:03:30 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- NASA IT PROCUREMENT OFFICE Greenbelt MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- 80TECH26QA005
- Response Due
- 10/10/2025 9:00:00 AM
- Archive Date
- 10/25/2025
- Point of Contact
- Caitlin Poulton, Michelle Downs
- E-Mail Address
-
caitlin.m.poulton@nasa.gov, michelle.m.downs@nasa.gov
(caitlin.m.poulton@nasa.gov, michelle.m.downs@nasa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Request for Information (RFI) for Microsoft Software Products and Services for NASA Enterprise IT Support NOTE: This is a Request for Information Only. This is not a solicitation for proposals and there is no solicitation planned at this time. General Information THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and strategic planning purposes as part of NASA�s Office of the Chief Information Officer (OCIO) Enterprise Business Management office (EBMO); it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, NASA is not at this time seeking proposals and will not accept unsolicited proposals for any specific Microsoft software and licensing solutions discussed in the following. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized in accordance with FAR 5.2. It is the responsibility of the potential offerors to monitor SAM.gov and/or GSA eBuy for any possible future solicitation. No questions shall be submitted in response to this RFI. 1.0 Background Information NASA relies on Microsoft technologies as the foundation of its enterprise IT infrastructure. Microsoft products and services are deeply integrated into the Agency�s mission systems, business operations, scientific research, and collaborative environments. These tools support secure, real-time communication, data sharing, and productivity across all NASA centers, mission directorates, and partner organizations. Given the proprietary nature of Microsoft software and its exclusive distribution through Microsoft Corporation and authorized resellers, NASA intends to establish a new Single-Award Blanket Purchase Agreement (BPA) to ensure continued access to these mission-critical capabilities. Microsoft software is proprietary and exclusively provided by Microsoft Corporation and its authorized resellers. Its products and services deliver essential business-critical capabilities for NASA, including server applications and associated client access licensing, development and test subscriptions, collaboration, email, calendar, and productivity tools. These solutions support both on-premises and cloud environments, offering consistent functionality across a wide range of devices and operating systems. Their ease of use, interoperability, and adaptability have made Microsoft tools the standard across the Agency for over 15 years. 2.0 Required Capabilities The Contractor shall provide the following Microsoft products and services, including but not limited to: Core Infrastructure: Microsoft Windows OS, Windows Server, and Core Client Access Licenses will continue to support secure, stable computing environments. Data and Cloud Services: SQL Server, Azure, and Power BI will enable advanced analytics, cloud computing, and data-driven decision-making. Productivity and Collaboration: Microsoft 365 G5, Office Professional Plus, SharePoint, Power Apps, Teams Phone and Audio Conferencing GCC will empower teams to work seamlessly across locations and disciplines. Development and Engineering Tools: Visual Studio, Project, Visio, and MSDN Platforms will support software development and mission-critical engineering workflows. Enterprise Support Services: The BPA will also provide access to Microsoft Designated Systems Engineers (DSE), Digital Architects, and Premier/Unified Consulting Support to ensure optimal performance and alignment with best practices. Software Products Microsoft Windows Operating System Microsoft SQL Server and Client Access Licenses (CAL) Microsoft Exchange, Active Directory, and other BackOffice applications Windows Server Microsoft SharePoint Microsoft Azure Microsoft Visual Studio Microsoft Power BI Microsoft Project Microsoft Visio Microsoft 365 G5 Office Professional Plus Power Apps Teams Phone Audio Conferencing GCC BizTalk Core Client Access Licenses Dynamics 365 Meeting Room GCC MSDN Platforms Support and Services Microsoft Designated Systems Engineer (DSE) Support Microsoft Digital Architect Services Microsoft Direct Premier, Unified and Consulting Support Access and Management Tools The Contractor shall ensure NASA has authorized access to: Microsoft Services Hub � for license downloads, support case management, and compliance tracking. Microsoft 365 Admin Center � for license assignment, usage monitoring, and audit reporting. Visual Studio License Portal � for management of Visual Studio and MSDN Subscription provisioning and management. Deliverables Deliverable --- Description --- Due Date Software Licenses --- Delivery of license keys or access credentials --- Within 2 business days of order Staff License Specialist --- License assistance on product knowledge and license issue resolution --- As needed per request 365 Administrative Center Portal Update --- The total number of NASA owned licenses (reflective of up-to-date number of NASA owned licenses). --- First of each Month License/Usage Reports --- A report on the number of cumulative licenses purchased, all procurement types --- Quarterly Training Materials --- User guides, webinars, or on-site sessions (if applicable) --- As specified per call order 3.0 Request for Information: The North American Industry Classification System Code (NAICS) for this requirement is 513210, with the corresponding size standard for large and small business. In order to make a determination for a small business set-aside, two or more qualified and capable small business must submit responses that demonstrate their qualifications. Responses must demonstrate the company�s ability to perform in accordance with FAR clause 52.219-14, Limitations on Subcontracting. To assist NASA in determining the level of participation by small business in any subsequent procurement that may result from this Request for Information, provide information regarding any joint venture and/or partnering. Please outline the company�s area of expertise and those of any proposed joint venture and/or partner who combined can meet the specific requirements contained in this Request for Information. Submission Details: Responses should include: Business Name and address; Name of the company representative and their business title; Business classification/ type of small business; Cage code and Unique Entity Identifier (UEI) Brief capabilities statement package (no more than 5 pages) addressing the specific requirements and demonstrating the ability to perform the services outlined in 2.0 - Required Capabilities and 3.0 � Request for Information sections listed above. Answers to the Industry Questions below. The Contractor shall provide evidence of their ability to deliver and manage Stock Keeping Units (SKUs) across all of the above categories (See 2.0 - Required Capabilities). Responses must include confirmation of current authorization status with Microsoft, a description of the process used to validate SKU availability, and any limitations to product or service fulfillment. Documentation of Certified Microsoft License Service Provider that shows the effective execution of Enterprise Agreement (EA), Select Agreement, server and cloud enrollment, Unified Support Agreement, and Industry Solutions Delivery (ISD) Consulting Services Agreement. Businesses who wish to respond must send responses via email no later than as indicated in SAM, to Caitlin Poulton Caitlin.m.poulton@nasa.gov) and Michelle Downs (michelle.m.downs@nasa.gov). Interested parties should submit a brief capabilities statement package (no more than 5 pages) with the information outlined in the Submission Details section above. Industry Questions 1. Please propose a pricing model, discounts for a strategic sourcing through one vendor, and/or any potential discount strategies for a strategic BPA using a single source. 2. Have you supported any software BPAs and/or ordering vehicles through the government? 3. If competed full and open, what are your recommended goals for subcontracting? 4. Please identify and explain any other NAICS code your company believes would better represent this requirement. 5. Please provide information regarding any joint venture and/or partnering. 6. Please outline the company�s area of expertise and those of any proposed joint venture and/or partner who combined can meet the specific requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e19a5c42fa3947d7b68a1abf966103c4/view)
- Place of Performance
- Address: Washington, DC 20546, USA
- Zip Code: 20546
- Country: USA
- Zip Code: 20546
- Record
- SN07610342-F 20251003/251001230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |