Commercial Low Earth Orbit (LEO) Destination Contract (CLDC) Sources Sought
ID: 80JSC025_CLDC_SOURCES_SOUGHTType: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA JOHNSON SPACE CENTERHOUSTON, TX, 77058, USA

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: SPACE TRANSPORTATION/LAUNCH (V126)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 5:00 PM UTC
Description

NASA's Johnson Space Center (JSC) is seeking information from potential sources for the Commercial Low Earth Orbit (LEO) Destination Contract (CLDC) as part of its initiative to transition from the International Space Station (ISS) to commercially operated space stations. The objective is to gather capabilities from a diverse range of businesses, including small and minority firms, to support the development of new LEO destinations and associated systems, which may include in-orbit destinations, visiting vehicles, and supporting launch vehicles. This effort is crucial for maintaining a continuous U.S. presence in space and ensuring safe, reliable access to critical systems. Interested parties are invited to submit capability statements by April 30, 2025, to inform NASA's acquisition strategy, with all submissions directed to Rogelio Curiel or Matthew Windemuth at jsc-cldc@mail.nasa.gov. This notice is not a formal solicitation, and no proposals should be submitted at this time.

Point(s) of Contact
Matthew Windemuth
jsc-cldc@mail.nasa.gov
Files
Title
Posted
Apr 9, 2025, 10:07 PM UTC
NASA's Johnson Space Center (NASA/JSC) issued a Request for Information (RFI) to gauge interest and capabilities from a diverse range of businesses, including small and minority firms, for the upcoming Crew Logistics Development Contract (CLDC). The RFI encompasses market research, a detailed scope of work, and considerations regarding organizational conflicts of interest (OCI). Interested parties are encouraged to submit capability statements outlining their qualifications as prime or subcontractors, detailing their ability to fulfill specified requirements such as program management, risk management, and operations associated with crew and cargo transportation. NASA aims to ensure safe, reliable access to critical systems and facilitate a smooth transition from the International Space Station (ISS) operations. Additionally, the RFI invites feedback on potential OCI issues, which may arise from contractor involvement in specifications or access to confidential information. Responses are required by April 30, 2025, to inform NASA's acquisition strategy, and potential respondents are reminded that this does not constitute a formal solicitation.
Apr 3, 2025, 12:07 AM UTC
NASA/JSC has issued a Request for Information (RFI)/Sources Sought notice to gather capability statements from businesses, including small and minority-owned enterprises, regarding the provision of services related to Crew and Logistics Development Contract (CLDC). The RFI comprises three parts: market research, scope of work, and organizational conflicts of interest. Interested firms are asked to submit detailed capability statements outlining their skills, experience, and organizational structure, as well as their approach to project management, risk management, and their plans for meeting NASA's requirements for end-to-end CLD services. The scope includes program management, safety assurance, and design standards among other services. Additionally, NASA seeks to identify potential organizational conflicts of interest that may arise in the execution of CLDC work. This document aims to facilitate market research, promote competition, and allow businesses to prepare for future procurement opportunities with NASA. The submission deadline for responses is April 23, 2025.
Apr 9, 2025, 10:07 PM UTC
The Commercial Low Earth Orbit (LEO) Development Program focuses on establishing and enhancing NASA's capabilities in LEO, aiming for Initial Operating Capability (IOC) by December 2029, Continuous Crew (CC) by December 2030, and Full Operating Capability (FOC) by December 2031. The program outlines requirements for Baseline Laboratory Capabilities (BLC) in several tiers, emphasizing a phased approach for providing scientific investigation capabilities. Key elements include: - **IOC** requires support for two crew members with essential capabilities for basic research and operation. - **CC** expands this to four crew members and includes additional lab capabilities for life sciences and tech demos. - **FOC** further supports more extensive scientific needs, accommodating multiple investigations. - A new category, **FOC+**, addresses future projected needs, enhancing existing capabilities. NASA invites contractors to propose capabilities beyond minimum requirements, emphasizing collaboration and flexible design approaches. External payloads are not initially required but can be proposed. All outlined information remains draft and subject to change before the final request for proposals (RFP) is released, reflecting NASA's commitment to public-private partnerships in advancing space exploration technology.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Private Astronaut Missions 5 and 6 Flight Opportunities
Buyer not available
NASA's Johnson Space Center is soliciting proposals for Private Astronaut Missions (PAMs) 5 and 6, which will provide flight opportunities to the International Space Station (ISS) between May 2026 and mid-2027. The missions will accommodate a maximum of four private astronauts for a docked duration not exceeding 14 days, with specific mission concepts involving Extravehicular Activities (EVAs) or ISS Robotic Systems being excluded. This initiative is part of NASA's broader strategy to commercialize Low Earth Orbit (LEO) and requires the use of certified U.S. transportation vehicles that meet ISS visiting vehicle requirements. Proposals are due by May 30, 2025, at 4:00 PM CDT, and interested parties should direct inquiries to Ashley Chaves or Elizabeth Kosobud via email, with questions due by April 8, 2025.
Guided Missile and Space Vehicle Manufacturing
Buyer not available
The Department of Energy, through Lawrence Livermore National Security, LLC (LLNS), is seeking sources for a spacecraft bus provider to support its proposal for NASA's Astrophysics Small Satellite Explorers (SMEX) Program. The objective is to co-engineer a spacecraft that will accommodate a technology readiness level (TRL) 6 telescope provided by LLNS, ultimately delivering an integrated observatory for launch. This initiative is critical for advancing aerospace technology and supporting national interests in astrophysics exploration, with the mission projected for launch in June/July 2025 and initial operations in 2026-2027. Interested contractors should submit their responses, including rough order of magnitude estimates and technical details, via email to Yvonne Garcia at garcia288@llnl.gov, as this request is for planning purposes only and does not guarantee a future Request for Proposal (RFP).
Development of Technology Mission Spacecraft Bus
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the development of a cost-effective technology demonstration mission spacecraft bus, with the goal of enabling the operation of multiple integrated technologies to collect performance data. The spacecraft is expected to launch between 2030 and 2032, with a mission duration of 8 to 12 months, and will require capabilities such as a 500 km sun-synchronous orbit, a payload capacity of approximately 1000 kg, and advanced communication and power generation systems. Interested parties must submit a capability statement by April 30, 2025, to Kathy Cooper at kathy.cooper@nasa.gov, and R. Jeremy Kenny at robert.j.kenny@nasa.gov, detailing their qualifications and ability to meet the specified requirements.
SOURCES SOUGHT SPECIAL NOTICE 2025
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
Commercial Solutions Opening - NSSL Space Vehicle Processing
Buyer not available
The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) to enhance Space Vehicle (SV) processing capabilities at Cape Canaveral and Vandenberg Space Force Bases. The initiative aims to acquire innovative commercial solutions that can increase processing capacity and mitigate risks associated with rising launch demands, with an investment of up to $80 million allocated for fiscal year 2024. This CSO is critical for addressing the growing needs of national security space missions and encourages submissions that may include new technologies or process efficiencies, with a phased evaluation approach starting with PowerPoint briefings and White Papers due by May 31, 2024. Interested parties can contact Capt Jillian Kennedy at SSC.AA3.SVProcessingTeam@spaceforce.mil for further information.
Research Opportunities for International Space Station (ISS) Utilization
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for research opportunities related to the utilization of the International Space Station (ISS). This initiative aims to enhance exploration technology demonstrations and National Lab utilization, as outlined in NASA Research Announcement (NRA) NNJ13ZBG001N, which remains open for submissions. The awarded contracts may vary in type, including commercial contracts, cooperative agreements, and grants, depending on the proposal's scope. Interested parties should contact Colleen Corbett or Audrey Montgomery for further information and are encouraged to monitor the NASA Solicitation and Proposal Integrated Review and Evaluation System (NSPIRES) for updates on submission deadlines and additional documents.
TECHNOLOGY TRANSFER OPPORTUNITY: Simulated Space Station Environment for Cell Cultures (LAR-TOPS-199)
Buyer not available
Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a technology that simulates the effects of microgravity and chronic radiation exposure on cell culture experiments conducted on the International Space Station (ISS). This technology integrates a radiation source with a microgravity-simulating rotating-wall vessel for cell cultures, allowing for the expression of enhanced virulence or otherwise unexpressed biological pathways that could potentially assist in drug development efforts. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
TECHNOLOGY TRANSFER OPPORTUNITY: Portable Science Enclosure Features Unique Innovations (MSC-TOPS-126)
Buyer not available
Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a portable science enclosure system for science experiments conducted aboard the International Space Station (ISS). This technology allows users to safely manipulate objects of study within a transparent enclosure and can support experiments requiring Biosafety Level 2 containment. The enclosure features innovative protective boundary layer designs that may be transferable to other containment systems. It has a compact, low-profile, rectangular design that is easily stowed and transported. The enclosure system, glove seal, and through-port are available for patent licensing. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
Spaceport Operations and Center Services (SOCS)
Buyer not available
The National Aeronautics and Space Administration (NASA) Kennedy Space Center is seeking qualified vendors to provide Spaceport Operations and Center Services (SOCS), which includes facilities support services at KSC and Cape Canaveral Space Force Station. The contract will encompass a range of services such as maintenance and operations of facilities, integrated operations center management, engineering support, and logistics services, aimed at supporting over 30 customers including NASA and the United States Space Force. The anticipated timeline for the Request for Proposal (RFP) release is around August 29, 2024, with proposals due by October 31, 2024, and contract awards expected by June 30, 2025. Interested parties can contact Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information and are encouraged to monitor https://sam.gov for updates.
Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to issue a Draft Request for Proposal (DRFP) for the Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II contract at the Marshall Space Flight Center in Huntsville, Alabama. This contract will focus on various program planning and control requirements, including integration, program analysis, earned value management, cost estimating, scheduling, and risk analysis, along with subject matter expert support for strategic planning and project reviews. The anticipated release date for the DRFP is around April 24, 2025, followed by the Request for Proposal (RFP) on or about June 6, 2025, with all responsible sources encouraged to submit offers. Interested parties should direct any questions to Charlene Booth at charlene.c.booth@nasa.gov by May 6, 2025, and monitor SAM.gov for updates on the solicitation.