NASA Digital Windchill Migration Services
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) IT Procurement Office (ITPO) is conducting market research through a Sources Sought notice for Digital Engineering Windchill Migration Services. The purpose is to identify qualified sources capable of migrating existing Center Windchill PLM systems into the Agency Multi-Center Windchill Cloud (MCWC) platform, hosted in AWS GovCloud. This effort aims to consolidate multiple on-premise Windchill v13 instances into a single cloud-based environment. Capability statements are due by March 19, 2026.
Scope of Work
The contractor will be responsible for the comprehensive migration of multiple Windchill v13 instances, encompassing:
- Data Gathering: Assessing existing instances, cataloging data domains, customizations, integrations, and security roles, and developing an explicit Organizational (Org) mapping plan.
- Migration Planning and Testing: Documenting the migration approach, sequencing, pre-migration checks, rollback criteria, cutover windows, and defining a testing strategy (functional, performance, security, UAT).
- Executing Migration: Migrating data from on-premise instances to MCWC in AWS GovCloud using standard Windchill methods and approved automation scripts.
- Post-Migration Wrap-up: Resolving remaining issues, conducting knowledge transfer to the MCWC operational team, and providing a closeout report.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Purpose: To determine the appropriate level of competition and/or small business subcontracting goals.
- Set-Aside: The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB), or HUBZone business set-aside based on responses.
- Response Due: March 19, 2026, by 3:59 PM ET.
- Published: March 13, 2026.
Submission Requirements
Interested parties must submit a capability statement (maximum 15 pages) demonstrating the ability to perform all aspects of the requirement. Submissions should include:
- Existing security clearances.
- Firm's current business size.
- Typical or expected Period of Performance (POP) durations.
- Relevant past performance for similar contracts (contract number, name, description, value, POC).
- An estimated pricing proposal.
- Feedback on any perceived ambiguities or gaps within the Draft Statement of Work.
- Indication of whether the requirement is considered a commercial or commercial-type product/service.
Performance Standards (from Draft SOW)
Key performance metrics include:
- Data Fidelity: ≥ 99.9% of migrated objects retaining original metadata, version history, and relationships; ≤ 0.1% data loss/corruption.
- Migration Accuracy: 100% Org mappings matching the approved plan; all critical workflows/permissions validated.
- Downtime Tolerance: Planned cutover windows not exceeding agreed downtime; unplanned downtime ≤ 4 hours per Source Instance.
- Issue Resolution: ≥ 95% of non-critical post-migration issues resolved within 10 business days.
- Schedule Adherence: ≥ 90% of milestones met within ±5 business days.
- Stakeholder Satisfaction: ≥ 90% satisfaction rating from Source Instance owners.
- Security Compliance: 100% compliance with MCWC and NASA cybersecurity controls.
Special Requirements
The contractor must possess superior knowledge and experience in enterprise-level Windchill systems, cloud-based migrations (AWS GovCloud), and government-regulated environments. The migration must preserve data fidelity, access controls, licensing compliance, and organizational governance. A minimum no-cost 90-day post-migration warranty is required for each Center migration.
Additional Notes
This is for information and planning purposes only; no solicitation exists. The Government will not pay for information solicited. Respondents will not be notified of evaluation results. Qualified respondents will be considered for any resultant solicitation.