Skip to content
NASA

IBM Blanket Purchase Agreement (BPA) Request for Information (RFI)

Solicitation: 80TECH26RFI0006
Notice ID: 4bd8f68a7bdb41c18661b77337f8c0ef
TypeSources SoughtNAICS 513210PSCDA10DepartmentNASAStateMSPostedFeb 25, 2026, 12:00 AM UTCDueMar 04, 2026, 04:59 AM UTCCloses in 7 days

Sources Sought from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: MS. Response deadline: Mar 04, 2026. Industry: NAICS 513210 • PSC DA10.

Market snapshot

Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$106,638,528
Sector total $170,532,949 • Share 62.5%
Live
Median
$98,051
P10–P90
$13,037$743,062
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
62.5%
share
Momentum (last 3 vs prior 3 buckets)
+176846%($106,518,064)
Deal sizing
$98,051 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MS
Live POP
Place of performance
Stennis Space Center, Mississippi • United States
State: MS
Contracting office
Greenbelt, MD • 20771 USA

Point of Contact

Name
Nicolas Zogaib
Email
nicolas.a.zogaib@nasa.gov
Phone
Not available

Agency & Office

Department
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Subagency
NASA IT PROCUREMENT OFFICE
Office
Not available
Contracting Office Address
Greenbelt, MD
20771 USA

More in NAICS 513210

Description

THIS IS NOT A REQUEST FOR QUOTATION. NO QUOTATIONS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE.

This notice is issued by the NASA/Information Technology Procurement Office (ITPO) solicit information from potential sources for International Business Machines (IBM) Software and Services Special Options (SSSO) offerings, which include:

  • IBM Software Products and Programs;
  • IBM Subscription & Support ("S&S") renewals for previously acquired Programs;
  • Expert Lab Services; and
  • Remote Services.

A Statement of Work (SOW) is also posted with this notice to solicit responses from interested parties.  This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. 

NASA requests that any interested parties submit responses to the below questions:

  1. Can the requirements in the attached PWS be met through your firms GSA Federal Supply Schedule and/or SEWP V contract?
  2. Does your firm hold an IBM Partner Certification of Platinum, Gold or Silver?
  3. Does your firm hold an IBM “Special Software Terms” certification that allows you to establish or renew Enterprise License Agreements for IBM products and subscriptions?
  4. Are you able to provide a named dedicated Software License Specialist with at least 2 years of experience with IBM licensing metrics and compliance and be knowledgeable with IBM’s current and future products and offerings to provide NASA with information and guidance to NASA for efficiently managing our current set of IBM entitlements and strategically planning for future needs and modernization? Do you have suggestions or alternative approaches to providing NASA with dedicated expertise across the broad spectrum of IBM products?
  5. Are you able to provide NASA with purchase reports with the data fields and formatting needed by NASA?
    1. This will allow NASA to more efficiently upload/import this information into our Software License and Asset Management (SLAM) system. As NASA may need to adjust the fields and formatting of this report, would your firm be able to accommodate those changes as needed?
  6. Is your firm able to provide training materials to assist NASA in maintaining up-to-date information and receive expert guidance on navigating the uniqueness and complexity of license compliance (reporting, etc) of each IBM product? Is a dedicated license specialist available within your firm to help in this matter and provide this information and guidance? Do you have suggestions or alternative approaches to providing NASA with dedicated expertise across the broad spectrum of IBM products?
  7. What level of IBM Partner Certification do you think is necessary in order to perform the requirements of the attached SOW and why?
  8. Are there any additional cost implications for any of the reporting or deliverable requirements associated with the SOW, or will this level of support be included through the purchase of IBM software?
  9. What is your firms business size?

NASA relies on International Business Machines (IBM) technologies as the foundation of its business operations, enterprise IT infrastructure, and mission systems. IBM products and services are deeply integrated into the Agency’s application development lifecycle, artificial intelligence, business intelligence, compute resources, data management, enterprise asset management, finance, IT infrastructure management, IT security, mission systems, scientific research, and statistical analysis, and support all NASA centers, mission directorates, and partner organizations.

IBM products and services deliver essential business-critical and mission capabilities for NASA. NASA intends to establish a BPA to ensure the long-term sustainment and strategic expansion of its broad IBM portfolio. This agreement will serve as a foundational mechanism to enable secure, uninterrupted access to IBM software and tools and manage software licensing in a compliant and cost-effective manner—while minimizing operational risk and safeguarding mission-critical systems.

This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government may not respond to questions/concerns submitted. The Government will use the information to finalize the RFQ as necessary.

All comments or questions shall be submitted electronically via email to Nicolas Zogaib at nicolas.a.zogaib@nasa.gov, no later than close of business March 3, 2026. When responding, reference the Request for Information number associated with this post.

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf

It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.