Opportunity

SAM #80TECH26RFI0018

NASA Seeks Industry Input for Next-Generation Mission Voice System for Artemis and Future Programs

Buyer

NASA Glenn IT Procurement Office

Posted

May 04, 2026

Respond By

May 11, 2026

Identifier

80TECH26RFI0018

NAICS

517919, 541512

NASA is seeking industry input for a next-generation Mission Voice System to support Artemis and future space programs: - Government buyer: NASA Information Technology Procurement Office (ITPO) - Contracting office: NASA IT Procurement Office, 8800 Greenbelt Road, Greenbelt, MD - Primary place of performance: Kennedy Space Center (KSC), Florida - Potential expansion to Johnson Space Center (JSC), Marshall Space Flight Center (MSFC), and other NASA facilities - No specific OEMs or vendors are named in the notice - Products/services requested: - Mission Voice System solution for launch processing, countdown, and mission execution - Requirements include: - Native IP/SIP-based architecture (no T1 dependency) - Support for RTP/SRTP and SIP signaling - Interoperability with legacy TDM systems - Geographic redundancy and 99.999% availability - Automatic failover, encryption (TLS, SRTP), and role-based access control - Compliance with NIST 800-53 cybersecurity standards - Centralized monitoring, real-time diagnostics, and rapid reconfiguration - Support for simulations, testing, and environmental tolerances for launch/remote environments - Scalable to support 500+ users (up to 1,000+), reliable push-to-talk, and conference loops - Deployment options: on-premises, hybrid, or cloud - Unique requirements: - Elimination or minimization of T1 circuit dependency - High availability and mission-critical reliability - Flexible deployment and rapid implementation (initial capability within 12–24 months) - Vendors must submit capability statements, technical approaches, and compliance documentation - Anticipated contract type: Firm Fixed Price or Hybrid - Proposed NAICS codes: 334220 and 517919

Description

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

Native IP/SIP-based architecture Support RTP / SRTP and SIP signaling Operate without T1 circuits (preferred) Interface with legacy TDM systems if required No single point of failure Geographic redundancy

Performance Requirements

≤150 ms end-to-end latency Support 500+ users scalable to 1,000+ Conference loops / party-line communications Reliable Push-to-Talk (PTT) Deterministic performance under load

 Inter-Center Communication

Secure IP trunking between NASA centers Multi-site routing and failover capability Support degraded network conditions

Reliability & Availability

99.999% availability Automatic failover at all levels Redundant call control and media paths Graceful degradation

 Cybersecurity Requirements

Encryption (TLS, SRTP) Role-based access control Alignment with NIST 800-53 Protection against spoofing and DoS attacks

Operations & Maintainability

Centralized monitoring Real-time diagnostics Fault isolation capability Software updates without downtime 

Scalability & Flexibility

Rapid reconfiguration of voice loops Support for simulations and testing Automation capabilities

 Environmental & Deployment Considerations

Operation in launch control and remote environments On-prem, hybrid, or cloud deployment options Environmental tolerances

 Delivery & Schedule

Deployment timelines Production capacity Hardware/software lead times

 Cost Information

Procurement cost Licensing Integration Operations & sustainment

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

Maximum 10 pages Include architecture diagrams Provide technical approach Identify compliance and gaps

Key Evaluation Focus Areas

Elimination of T1 dependency Robust IP architecture Mission-critical performance Interoperability Cybersecurity Scalability

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.

View original listing