Spiral Technology Software Support 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 SPIRAL TECHNOLOGY INC for the renewal of Spiral Technology Software Support. This requirement, under the authority of FAR 13.106-1(b)(1)(i), is for critical software used at NASA/Armstrong Flight Research Center (AFRC). Interested organizations may submit capabilities by March 23, 2026, 4:00 p.m. CST.
Scope of Work
The requirement is for the renewal of Spiral Technology's OTIS Software Support, which is essential for flight data processing, DATR front-end setups, and on-board equipment setups. The scope includes:
- OTIS-9 TMATS Editor (Qty: 5)
- OTIS-9 Report Generator (Qty: 5)
- OTIS-Update (Qty: 5)
- Wyle Translator/Bridge (Qty: 5)
- XML Translator/Bridge Combined (Qty: 5)
- XiDML (Acra) XML Bridge (Qty: 5)
Contract & Timeline
- Type: Special Notice (Intent to Sole Source)
- Authority: FAR 13.106-1(b)(1)(i)
- Procuring Agency: National Aeronautics and Space Administration (NASA/NSSC)
- Place of Performance: NASA Armstrong Flight Research Center, Edwards, CA 93523
- Period of Performance: May 1, 2026 – April 30, 2027
- NAICS Code: 513210 (Software Publishers)
- Product Service Code: 7A20 (Application Development Software Delivered By Perpetual License...)
- Response Due: March 23, 2026, 4:00 p.m. CST
- Published: March 19, 2026
Response & Evaluation
This notice is an intent to award a sole source contract to SPIRAL TECHNOLOGY INC, identified as the sole provider. However, interested organizations may submit their capabilities and qualifications in writing to the identified point of contact. These submissions will be evaluated solely to determine if a competitive procurement is feasible. A determination by the Government not to compete this effort is at its sole discretion. Oral communications are not acceptable.
Additional Notes
The Government intends to acquire commercial items and services using FAR Part 12 and FAR Part 13. NASA Clause 1852.215-84, Ombudsman, is applicable. The primary point of contact is Tracy Bremer at tracy.g.bremer@nasa.gov.