Opportunity

SAM #SCAN-MSFC-0001

NASA Solicitation: NEXUS Ka-Band Backward-Compatible Relay Service Development and Demonstration

Buyer

NASA Marshall Space Flight Center

Posted

April 09, 2026

Respond By

June 05, 2026

Identifier

SCAN-MSFC-0001

NAICS

541715, 927110, 336414, 336419

NASA is seeking industry partners to develop and demonstrate a backward-compatible Ka-band relay service for legacy Tracking and Data Relay Satellite System (TDRSS) users under the NEXUS project, managed by the Marshall Space Flight Center and the Space Communications and Navigation (SCaN) Program. - Government Buyer: - National Aeronautics and Space Administration (NASA) - Marshall Space Flight Center (MSFC), Huntsville, AL - Space Communications and Navigation (SCaN) Program, NEXUS Project Office - Office of Procurement, Huntsville, AL - Contracting Officer: Jennifer George - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation; full and open competition is anticipated among qualified U.S. entities. - Products/Services Requested: - End-to-end Ka-band relay service, backward compatible with legacy TDRSS users - Includes space segment, launch services, ground and network infrastructure, integration, operations, and maintenance - Demonstration of at least two concurrent paired forward and return Ka-band links (Region A/CONUS and one additional region) - Full operational service to provide at least 8 concurrent paired links, 24/7/365 coverage, for a minimum of 15 years - Key deliverables and services: - Service Requirements Compliance Matrix - Demonstration & Validation Plan - Verification Closure Notices - Interface Control Documents - Security Architecture Definition - Service Transition Plan - Intellectual Property & Data Rights Management Plan - Service Financial & Pricing Structure Definition - Training Emulator - Continuity of Service Operations Plan - Phased contract CLINs for concept maturation, system integration, and on-orbit demonstration - Unique or Notable Requirements: - Service must be backward compatible with heritage TDRSS users, requiring no spacecraft modifications - Strict cybersecurity, privacy, and regulatory compliance - Access to ITAR-controlled technical data restricted to contractors with valid export clearance - Service must be commercially viable beyond NASA use - No foreign offerors permitted; U.S. institutions only - Phased acquisition with progressive down-selections and potential pilot service contract - Place of Performance and Delivery: - NASA Marshall Space Flight Center, Huntsville, AL - NASA Headquarters, Washington, D.C. - NASA Shared Services Center, Stennis Space Center, MS - Region A (CONUS) and provider-selected region for demonstration coverage

Description

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

View original listing