Kennedy Space Center (KSC) Crewed Launch Support Services
ID: 80NSSC26Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

All Other Support Services (561990)

PSC

HUSBANDING SERVICES—FORCE PROTECTION (M2AB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for Crewed Launch Support Services at the Kennedy Space Center (KSC) in Florida, specifically for Maintenance of Traffic (MOT) and Temporary Traffic Control (TTC) during crewed space launch events. The contractor will be responsible for providing all necessary personnel, materials, and equipment to ensure safe and efficient traffic flow at three designated KSC long gate locations, including the setup of traffic cones, portable toilets, stop signs, and portable light plants for nighttime operations. This procurement is critical for maintaining security and operational efficiency during approximately 15-20 anticipated launches over a five-year period. Interested small businesses must submit their quotes by January 2, 2026, with questions accepted until December 23, 2025; for further inquiries, contact Kimberly Thomas at kimberly.d.thomas@nasa.gov or Steven R. Wood at steven.r.wood@nasa.gov.

    Files
    Title
    Posted
    The Request for Quote (RFQ) 80NSSC26Q0002, issued by NASA's Kennedy Space Center (KSC) on December 18, 2025, seeks proposals for Crewed Launch Support Services. This 100% Small Business Set-Aside competition aims to award up to five Blanket Purchase Agreements (BPAs) with a five-year ordering period. The selected contractors will provide Maintenance of Traffic (MOT) and Temporary Traffic Control (TTC) equipment setup and teardown at three KSC long gate locations during crewed space launch events, ensuring safe traffic flow, KSC Security Police support, and a secure perimeter. Quotes are due by January 2, 2026, at 1:00 PM Central time, with questions accepted until December 23, 2025, at 1:00 PM Central time. Evaluation will prioritize the lowest-priced technically acceptable offers, assessing Price, Technical Approach, and Past Performance.
    This Statement of Work (SOW) outlines the requirements for contractor support for Maintenance of Traffic (MOT) and Temporary Traffic Control (TTC) equipment setup and teardown at three Kennedy Space Center (KSC) long gate locations during crewed space launch events. The primary objective is to ensure safe and efficient traffic flow, support KSC Security Police, and establish a secure perimeter. The contractor will provide all personnel, materials, and equipment for services at SR3 Merritt Island, SR 405, and SR 402, including cones, portable toilets, stop signs, and portable light plants for nighttime launches. An estimated 15-20 launches are anticipated over five years. Deliverables include initial MOT setup, post-launch teardown, and readiness for a second attempt if a launch is scrubbed. The contractor must complete setup five hours prior to the launch window, remain on standby, and promptly remove equipment post-launch. Performance will be evaluated on timeliness, accuracy according to NASA pictorial plans, safety, and responsiveness to launch updates.
    This pricing template outlines the costs associated with launch operations at various locations (2L – SR3 Merritt Island, 3L – SR 405, and 4TT – SR 402) across multiple ordering periods. The services are categorized by daytime and night launch scenarios and include labor, traffic control equipment (cones, stop signs), portable toilets, portable light plants for nighttime, initial MOT (Maintenance of Traffic) setup, and post-launch teardown. The template also accounts for scrubbed launches and the readiness for a second attempt, indicating a flexible pricing structure for unexpected events. This document is designed for federal government RFPs, likely for contractors providing support services for space launch or similar operations requiring temporary traffic management and site support.
    This document outlines the mandatory template for submitting questions regarding a Request for Quote (RFQ). All questions must be entered into the provided RFQ Question Template, with one question per row and in the order they appear in the RFQ. Each question needs an "RFQ Reference" indicating the specific section, page, or attachment it pertains to, or "General" if it's a broad inquiry. This template ensures a structured and organized approach to all inquiries, streamlining the communication process between potential bidders and the issuing government entity, which is common practice in federal government RFPs, federal grants, and state/local RFPs.
    The NASA Shared Services Center is soliciting offers for a contract and has provided a Past Performance Questionnaire (PPQ) to evaluate a contractor's past performance. This questionnaire requests information from a reference regarding the contractor's performance under a specific contract, focusing on the quality of product/service, timeliness/scheduling, and business relations/customer satisfaction. The reference is asked to describe the services provided, rate the contractor's performance in these areas using a five-tier scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory), and indicate if they would rehire the contractor. The document includes definitions for each rating to ensure consistent evaluation. Responses are to be emailed to Kimberly Thomas and Steven Wood by the solicitation's closing date.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    TTTech Switch Lab Space Switches
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.
    Safety and Mission Assurance Services (SMAS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    NASA Agency-wide Acquisition of Nitrogen and Oxygen (NANO) 4 – 2025 Opt-In
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Agency-wide Acquisition of Nitrogen and Oxygen (NANO) 4 opt-in opportunity, aimed at supplying liquid nitrogen and liquid oxygen to support operations at various NASA centers across the United States. This procurement is critical for current and future aerospace flight, simulation, research, development, and testing operations, with the contract's ordering period valid through June 30, 2029. Interested contractors, including new entrants and current NANO-4 contractors, must submit a Capability Form detailing their production and distribution capabilities by January 30, 2026, with questions directed to Kristal Kerr and Justin Ko via email. The opportunity is part of a larger initiative that has already awarded contracts to six companies, and it encourages participation from new suppliers to enhance competition and capability in the supply chain.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    TOSC One-Month PoP Extension
    National Aeronautics And Space Administration
    NASA's Kennedy Space Center is seeking to extend the contract for the Technical Operations Support Contract (TOSC) for an additional month to continue critical spacecraft and payload integration and processing services. The procurement focuses on supporting the Artemis missions, including assembly, testing, and integration operations for the Orion spacecraft and Space Launch Systems (SLS), as well as logistics services and maintenance of ground systems. This extension is vital for the successful completion of post-flight activities for the Artemis I mission and ongoing preparations for Artemis II, ensuring the integrity of launch complex systems and associated hardware. Interested parties can contact Gloria S. Hoybach at gloria.s.hoybach@nasa.gov or Sean Howe at sean.d.howe@nasa.gov for further details.
    SNA Software LLC. Limited Source Justification
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    Vehicle Purchasing, Leasing, Transfer, Storage, Disposition, Parts Procurement, and Test Coordination Services
    Transportation, Department Of
    The National Highway Traffic Safety Administration (NHTSA), part of the Department of Transportation, is seeking qualified small businesses to provide comprehensive vehicle procurement, leasing, transfer, storage, disposition, parts procurement, and test coordination services. The contractor will support NHTSA's mission by acquiring vehicles for various crash tests and research initiatives, ensuring timely delivery, and maintaining meticulous records while coordinating with multiple testing laboratories. This effort is crucial for enhancing vehicle safety and reducing economic costs associated with traffic incidents. Interested firms must submit their Corporate Capability Statements to Michelle Shanahan at michelle.shanahan@dot.gov by the deadline of 10 calendar days from the publication date of this notice.
    NASA AFRC Facilities Operations and Maintenance Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking capability statements from small business firms for the Facilities Operations and Maintenance Services at the Armstrong Flight Research Center (AFRC) located in Edwards, California. The procurement aims to identify qualified sources capable of providing comprehensive facility operations, maintenance, and repair services for various infrastructure and assets, including buildings, hangars, and utility systems. This opportunity is crucial for ensuring the operational efficiency and safety of NASA's facilities, which support critical aeronautics research and development activities. Interested firms must submit their capability statements, not exceeding fifteen pages, by following specific submission guidelines outlined in the opportunity notice, with inquiries directed to Cacie Carrillo at cacie.carrillo@nasa.gov or Eleonor Barron at eleonor.barron@nasa.gov.