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.