Loading...
80TECH26RFI0018
Response Deadline
May 11, 2026, 5:00 PM(CDT)7 days
Eligibility
Contract Type
Sources Sought
The National Aeronautics and Space Administration (NASA) Information Technology Procurement Office (ITPO) is hereby soliciting information from industry on next-generation mission voice communication systems to support launch processing, countdown, and mission execution for Artemis and future programs.
NASA ITPO is seeking capability statements for Kennedy Space Center (KSC) from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Mission Voice System. 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 received.
Current voice architectures rely heavily on legacy TDM/T1-based infrastructure, which introduces limitations in flexibility, scalability, and long-term sustainment.
Objective: Identify robust, resilient, IP-based voice communication solutions that eliminate or minimize T1 dependency, support mission-critical operations, enable seamless inter-center communication, and provide high availability and scalability.
Scope of Requirements
Architecture Requirements
Performance Requirements
Inter-Center Communication
Reliability & Availability
Cybersecurity Requirements
Operations & Maintainability
Scalability & Flexibility
Environmental & Deployment Considerations
Delivery & Schedule
Cost Information
Place of Performance
KSC, Florida (Primary)
Potential expansion to JSC, MSFC, and other NASA facilities
Period of Performance
Initial capability within 12–24 months
Anticipated Contract Type
TBD (Firm Fixed Price or Hybrid anticipated)
NAICS Code (Proposed)
334220, 517919
Vendor Response Instructions
Key Evaluation Focus Areas
Cost
The vendor must indicate the estimated cost of the system.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.
Please advise if the requirement is considered a commercial or commercial-type product. A commercial product and commercial service is defined in FAR 2.101, Definitions.
All responses shall be submitted electronically via email to via email to Kimberly Sandoz at kimberly.r.sandoz@nasa.gov and Sara Stuart at sara.stuart@nasa.gov no later than 5/11/2026 at 12 PM CST Please reference 80TECH26RFI0018 in any response. Interested firms having the required capabilities necessary to meet the requirements described herein should submit a capability statement of no more than 10 pages indicating the ability to perform all aspects of the effort.
This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.
Kimberly Sandoz
Sara Stuart
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
NASA IT PROCUREMENT OFFICE
NASA IT PROCUREMENT OFFICE
8800 Greenbelt Road
Greenbelt, MD, 20771