Insite MIMO Floating Lease Renewal
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
NASA/NSSC intends to issue a sole source contract to REMCOM INC for the Insite MIMO Floating Lease Renewal. This Special Notice is for a critical software lease renewal at the NASA Glenn Research Center (GRC). While intended as a sole source, interested organizations, especially small businesses, are invited to submit capabilities to determine if a competitive procurement is feasible. Responses are due by February 10, 2026.
Scope of Work
The requirement is for the renewal of the Wireless Insite MIMO Floating lease. The primary deliverable is a "Wireless InSite MIMO Package: Floating Lease with Tier 3 Maintenance and Support." Two units (QTY. 2) are required for the NASA Glenn Research Center.
Contract & Timeline
- Opportunity Type: Special Notice, intended Sole Source under FAR 13.106-1(b)(1)(i)
- Intended Contractor: REMCOM INC, 315 S Allen ST, STE 416, State College, Pennsylvania 16801-4852
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541990 (All Other Professional, Scientific, and Technical Services)
- Period of Performance: January 3, 2026, to January 2, 2027
- Place of Performance: NASA Glenn Research Center (GRC), Cleveland, OH 44135
- Response Due: February 10, 2026, 10:00 a.m. Central Standard Time
- Published Date: February 5, 2026
Evaluation
Capabilities and qualifications submitted by interested organizations will be evaluated solely to determine whether to conduct this procurement on a competitive basis. The Government retains discretion regarding the decision to compete this effort. Oral communications are not acceptable.
Additional Notes
This acquisition will utilize provisions, clauses, and procedures prescribed in FAR Part 12 and FAR Part 13 for commercial items and services. NASA Clause 1852.215-84, Ombudsman, is applicable.
Primary Point of Contact: Monica D Wilson, Procurement Assistant Email: monica.d.wilson@nasa.gov
Secondary Point of Contact: Karen Artis, Contract Specialist Email: karen.l.artis@nasa.gov