FAS Upgrade
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Aeronautics and Space Administration (NASA) Shared Services Center has issued a Special Notice for a Facilities Asset Management System (FAS) Upgrade, specifically targeting the Unity Plan Wind Tunnel (UPWT) at NASA Langley Research Center, Hampton, VA. This requirement is initially identified as a sole source procurement, with the government intending to negotiate with Osprey Distributed Control Systems LLC / Osprey Scientific Control Solutions. Interested organizations may submit capabilities to potentially influence a competitive acquisition. Submissions are due by March 9, 2026, at 7 a.m. Central Standard Time.
Purpose & Justification
NASA requires the upgrade and repair of its Facilities Asset Management System (FAS) and associated VXI hardware operations. The sole source justification for Osprey Scientific Control Solutions stems from their unique experience with the UPWT's proprietary EPICS program, which is no longer commercially available. Osprey has prior experience performing diagnostics and repairs, and using another vendor could lead to critical compatibility issues, project delays, and additional costs, severely impacting the wind tunnel's test operations.
Scope of Work
The Statement of Work (SOW) outlines technical services to restore and optimize VXI hardware operations. Key tasks include:
- KSC Driver Development for MV177: Reviewing existing code, building a functional KSC driver, and documenting card identification and addressing.
- Application Structure Modification: Simplifying the application architecture, modifying directory structures for Input/Output Controllers (IOCs), enabling boot capability from any server, and consolidating records.
- On-Site Installation, Testing, and Demonstration: Travel to NASA Langley Research Center to make VXI hardware operational, create new application boot directories, and demonstrate maintenance procedures.
Contract Details
- Type: Firm Fixed Price (FFP)
- Period of Performance: 90 days After Receipt of Order (ARO)
- Place of Performance: Milestones 1 and 2 will be performed remotely at the contractor's facility. Milestone 3 requires on-site work at NASA Langley Research Center, Hampton, VA.
- NAICS Code: 541330 (Engineering Services)
- Set-Aside: This is a Sole Source requirement.
Submission & Evaluation
Interested organizations are invited to submit written capabilities and qualifications to the identified point of contact. These submissions will be evaluated solely to determine if the procurement should be conducted on a competitive basis. The decision to compete remains at the government's discretion. Oral communications are not acceptable.
Point of Contact
Shanna Patterson, Procurement Specialist Email: shanna.l.patterson@nasa.gov