Loading...
SCAN-MSFC-0001
Response Deadline
Jun 5, 2026, 9:00 PM(CDT)23 days
Eligibility
Contract Type
Solicitation
UPDATE 4: Added new attachments: NASA SCaN Program’s Near-Earth Space Relay Industry Day –NEXUS Presentation_20260514
NASA intends to release a BAA under Next Space Technologies for Exploration Partnerships (NextSTEP-3), Appendix E, for Project NEXUS, Ka-band Backward- Compatible Relay. As the aging Tracking and Data Relay Satellite System (TDRSS) declines, NASA’s objective is to acquire an end-to-end Ka-band relay service (end-to-end must include: space, ground, launch, integration, and operations elements) that is backward compatible with legacy TDRSS users for a minimum of fifteen years. This capability is needed to support select on-orbit missions that cannot feasibly modify flight hardware or transition to non-compatible commercial services. To reduce growing continuity risk in the 2029- 2031 timeframe, industry is asked to develop and demonstrate this end-to-end capability. The BAA will be a phased competitive Research and Development (R&D) acquisition. NASA anticipates multiple initial Firm-Fixed-Price (FFP) awards with progressive downselects based on demonstrated performance, technical credibility, commercial viability, and budget. NASA does not anticipate being the sole commercial customer and anticipates proposed solutions to be supported by a broader commercial business case beyond NASA. NAICS: Phases 1–3: 541715.
NASA seeks to accelerate maturation of commercially viable capabilities through competitive research demonstrations to support transition to future operational services, while preserving full and open competition for those services. All proposed satellite orbit solutions are acceptable notwithstanding that the proposed solutions will be expected to include all elements necessary for industry to develop, deliver and sustain the end-to-end relay service capability, including, but not limited to: Space segment, associated launch services, as applicable, ground and network infrastructure, and service operations and maintenance. Accordingly, NASA may use knowledge gained through this BAA, including demonstration results, technical data, and operational insight, to inform future acquisition strategies for operational services.
Participation in this BAA does not guarantee eligibility for or award of any future procurement. NASA may also issue R&D phase-out and service transition contracts to one or more BAA participants (Phase 4) while pursuing broader competition for long-term operational services (Phase 5). Participation in this BAA does not otherwise limit eligibility for future service acquisitions. This effort is intended to support NASA’s transition to commercially provided, backward-compatible Ka-band relay services for a minimum 15-year service period. NAICS: Phases 4 & 5: 517810 (All Other Telecommunications) and/or 517410 (Satellite Communication).
The BAA is expected to be phased as follows:
The Anticipated BAA acquisition schedule is as follows:
Presolicitation Notification/Synopsis released March 23, 2026. Draft solicitation released April 9, 2026. Draft solicitation industry day conducted April 14, 2026. Industry site visits and one-on-one meetings conducted April 14-April 29, 2026; please note that the window of opportunity to participate in industry site visits and one-on-one meetings has closed. Participation in a site visit or a one-on-one meeting was voluntary; NASA previously extended this offer to all interested parties to further its market research in advance of finalizing the solicitation. A final BAA solicitation release is anticipated between May 29, 2026 – June 8, 2026. The proposal due date is anticipated between June 26, 2026 - July 7, 2026. Specific instructions and a firm due date will be identified in the final BAA solicitation. Set aside: None; full and open competition. No foreign offerors permitted.
The draft and final solicitation include a Service Requirements Document (SRD) which contains ITAR-controlled technical data. The clause at NFS 1852.225-70 (Export Licenses) will be incorporated. Therefore, access to these materials is restricted to contractors with valid ITAR export clearance per NASA export-control procedures; such data will not be publicly posted on SAM.gov at any point. Interested parties seeking access to Draft Solicitation Attachment B, Service Requirements Document (SRD), must send a copy of its Directorate of Defense Trade Controls (DDTC) Letter, or equivalent, to MSFC-NEXUS@mail.nasa.gov and requests access to the secured document in sam.gov. AFTER NASA verifies the required ITAR clearance, then access to the controlled data will be granted in the secure sam.gov system. Release of this document in sam.gov WILL NOT BE granted until an appropriate DDTC letter, or equivalent, is received and verified by NASA as outlined in the above process.
This update 4 notification supersedes all prior releases. This update 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. This notice is not a request for proposals. Potential offerors are responsible for monitoring SAM.gov for the solicitation, amendments, and updates and for downloading all documents. NASA reserves the right to share information received in response to this notification, as necessary, and to use information submitted in NASA's formulation of a solicitation seeking competitive proposals related to initiatives described herein. NASA is not requesting competition sensitive or export-controlled data that requires protection. If it is necessary to submit competition sensitive data, that data should be clearly segregated and marked as sensitive. NASA will protect such data from public disclosure to the extent permitted under the Freedom of Information Act (FOIA) and other laws and regulations. Additionally, any International Traffic in Arms Regulations (ITAR) or Export Administration Regulations (EAR) restricted information should be appropriately labeled. Although information contained herein represents current program content and acquisition planning, it is subject to change.
NASA Clause 1852.215-84, Ombudsman, applies. Current Ombudsman information is available at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds- Comp-Advocate-Listing.pdf.
NOTE: Any and all questions, comments, suggestions, and requests (excluding documentation related to ITAR access) regarding this NEXUS TDRS-BC acquisition shall be directed solely to the following single point of contact (POC): Jennifer George, MSFC/PS50, Lead Contracting Officer, at MSFC-NEXUS@mail.nasa.gov. Use of a single POC is necessary to both capture and consolidate industry responses into one location for the Government’s review. Communication outside of the instructions provided in this sam.gov posting, or its associated attachments, will NOT be considered. If interested parties have attempted communications beyond this POC, please resubmit following these instructions as soon as practicable.
Only the information in the final solicitation is binding. Interested offerors must thoroughly review the final solicitation for content changes. The content of any posted briefings or presentations are non-binding on the Government, and all content is subject to change in the final solicitation.
_________________________________________________________________________
Update 3: NASA release Draft Solicitation Industry Day Charts, which include Batch #1 of industry questions / inquiries and NASA’s responses.
NASA also invites Contractor’s who are not only interested in NEXUS, but other Commercial Services Projects (CSP) to register for NASA's Near-Earth Space Relay Industry Day at the following link: https://lp.constantcontactpages.com/ev/reg/9z3rywz?mode=preview&source_id=4810d636-af6c-4303-b5bc-aa8de2821fa6&source_type=em&c= Contractor’s may also use the QR code provided on Chart #33 of the Draft Solicitation Industry Day package to register.
All information related to this NEXUS TDRS-BC acquisition should be directed to and through Jennifer George, Lead Contracting Officer, NASA/MSFC/PS50 to Jennifer George at Jennifer.George@nasa.gov and MSFC-NEXUS@mail.nasa.gov.
Interested parties seeking access to a draft of the Service Requirements Document (SRD), which includes ITAR-controlled technical data, must contact Jennifer George at MSFC-NEXUS@mail.nasa.gov and provide a Directorate of Defense Trade Controls (DDTC) letter. After NASA verifies the required clearance, access to the controlled data will be granted through a secure system.
_________________________________________________________________________
Update 2: NASA removed controlled access from Appendix E, Solicitation to make _Draft Appendix E attachment publicly available
Update: NASA release of the draft competitive Appendix E solicitation under the Next Space Technologies for Exploration Partnerships-3 (NextSTEP-3) Omnibus for Project NEXUS, Ka-band Backward-Compatible Relay.
As the aging Tracking and Data Relay Satellite System (TDRSS) declines, NASA’s objective is to acquire an end-to-end Ka-band relay service, including space, ground, launch, integration, and operations elements, that is backward compatible with legacy TDRSS users for a minimum of fifteen (15) years. This capability is needed to support select on-orbit missions that cannot feasibly modify flight hardware or transition to non-compatible commercial services. Industry is being asked to develop and demonstrate this end-to-end capability.
This draft solicitation is for a phased competitive Research and Development (R&D) acquisition in accordance with NFS 1852.217-72. NASA anticipates multiple initial Firm-Fixed-Price (FFP) awards with progressive down-selections based on demonstrated performance, technical credibility, and commercial viability. NASA does not anticipate being the sole commercial customer and anticipates proposed solutions to be supported by a broader commercial business case beyond NASA. NAICS: Phases 1–3: 541715.
NASA seeks to accelerate maturation of commercially viable capabilities through competitive research demonstrations to support transition to future operational services, while preserving full and open competition for those services. All proposed satellite orbit solutions are acceptable notwithstanding that the proposed solutions will be expected to include all elements necessary for industry to develop, deliver and sustain the end-to-end relay service capability, including, but not limited to: Space segment, associated launch services, as applicable, ground and network infrastructure, and service operations and maintenance. Accordingly, NASA may use, consistent with the terms and conditions of the resulting contract, knowledge gained through contract performance, including demonstration results, technical data, and operational insight, to inform future acquisition strategies for operational services.
Participation in this competition does not guarantee eligibility for or award of any future procurement. NASA may also issue limited initial service contracts or pilot service awards to one or more Appendix E participants to support transition and continued service demonstration (Phase 4) while pursuing broader competition for long-term operational services (Phase 5). Participation in this BAA solicitation does not otherwise limit eligibility for future service acquisitions. This effort is intended to support NASA’s transition to commercially provided, backward-compatible Ka-band relay services for a minimum 15-year service period. NAICS: Phases 4 & 5: 517810 (All Other Telecommunications) and/or 517410 (Satellite Communication).
BAA Synopsis:
Phase 1 (~6 months) mature proposed concepts and development plans. Multiple FFP awards are anticipated no later than September 2026.
Phase 2 (~15 months) develop capability and integrate ground and space segments. NASA anticipates option exercise for down-selected contractors around February 2027.
Phase 3 (~6 months) on-orbit flight demonstration and end-to-end verification. NASA anticipates option exercise for down-selected contractors around May 2028 to support a flight demonstration NLT June 2028 and verification through September 2028.
Note: NASA anticipates acquiring operational service provider demonstration (pilot contracts) as a Phase 4, which is a separate commercial services acquisition under FAR Parts 12 and 15. NASA anticipates the pilot to be one-year ~October 2028 plus a one-year option to extend.
Project NEXUS BAA Acquisition Schedule:
A final BAA solicitation release is tentatively planned on or around May 14, 2026. A final solicitation industry day walk through is expected to occur on or around May 13, 2026. The proposal due date will be June 5, 2026, but specific instructions will be identified in the final solicitation BAA.
Set aside: None; full and open competition. No foreign offerors permitted.
This draft solicitation includes an attachment B_Service Requirements Document (SRD) which contains International Traffic in Arms Regulations (ITAR)‑controlled technical data. Therefore, access to these materials is restricted to contractors with valid ITAR export clearance per NASA exportcontrol‑ procedures; such data will not be publicly posted on SAM.gov at any point. Interested parties wanting access to a copy of this draft solicitation attachment must send a copy of its Directorate of Defense Trade Controls (DDTC) letter to MSFC-NEXUS@mail.nasa.gov prior to requesting access to the document on sam.gov. Once NASA confirms clearance, controlled access to the data will be provided via a sam.gov secure system.
This draft solicitation 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. This notice is not a request for proposals. Potential offerors are responsible for monitoring SAM.gov for the final solicitation, amendments, updates, and for downloading all documents. NASA reserves the right to share information received in response to this notification, as necessary, and to use information submitted in NASA's formulation of a solicitation seeking competitive proposals related to initiatives described herein. NASA is not requesting competition sensitive or export-controlled data that requires protection. If it is necessary to submit competition sensitive data, that data should be clearly segregated and marked as sensitive. NASA will protect such data from public disclosure to the extent permitted under the Freedom of Information Act (FOIA) and other laws and regulations. Additionally, any ITAR or Export Administration Regulations (EAR) restricted information should be appropriately labeled. Although information contained herein represents current program content and acquisition planning, it is subject to change.
NASA Clause 1852.215-84, Ombudsman, applies. Current Ombudsman information is available at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf.
All information related to this acquisition should be directed to and through Jennifer George, Lead Contracting Officer, NASA/MSFC/PS50 at Jennifer.George@nasa.gov and MSFC-NEXUS@mail.nasa.gov.
Jennifer George
Faith Hernandez
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
NASA MARSHALL SPACE FLIGHT CENTER
NASA MARSHALL SPACE FLIGHT CENTER
HUNTSVILLE AL 35812
HUNTSVILLE, AL, 35812
NAICS
Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
PSC
SPACE R&D SERVICES; SPACE FLIGHT, RESEARCH AND SUPPORTING ACTIVITIES; APPLIED RESEARCH