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
    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
    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.
    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.
    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
    Similar Opportunities
    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.
    NASA Headquarters Earth Independent Operations (EIO) Partnerships in Anomaly - Request for Information (RFI)
    National Aeronautics And Space Administration
    NASA Headquarters is soliciting information through a Request for Information (RFI) for Earth Independent Operations (EIO) Partnerships in Anomaly, aimed at developing technologies that enable human crews to operate independently of Earth-based support during critical missions. The RFI seeks capability statements from a diverse range of domestic organizations, including small businesses and Historically Black Colleges and Universities (HBCUs), to assess the availability of technologies that can address operational anomalies in space missions, particularly those related to life support, power, and communications. This initiative is crucial for ensuring crew safety and mission success during future Mars missions, where communication delays may hinder timely ground assistance. Interested parties must submit their responses electronically to Andres Martinez at NASA by January 26, 2026, with no solicitation currently available.
    NASA Request for Information (RFI) – Neutral Buoyancy Laboratory (NBL) Facility Commercial Utilization
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking interest from various organizations to utilize its Neutral Buoyancy Laboratory (NBL) facility located in Houston, Texas. This Request for Information (RFI) aims to explore collaboration opportunities for activities such as zero-gravity simulations, underwater training, and on-water search and rescue operations, leveraging the NBL's extensive capabilities and infrastructure. The facility, one of the largest indoor pools globally, supports a range of operations and is equipped with advanced safety and operational features, making it suitable for both commercial and governmental projects. Interested parties must submit their responses by 5:00 p.m. CST on July 28, 2025, via email to J.R. Carpentier at john.r.carpentier@nasa.gov, providing relevant details about their proposed usage without including proprietary information.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    National Aeronautics And Space Administration
    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.
    Research Opportunities for International Space Station (ISS) Utilization
    National Aeronautics And Space Administration
    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.
    Space Technology Research, Development, Demonstration, and Infusion (SpaceTech REDDI-2026)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is set to release a presolicitation for the "Space Technology Research, Development, Demonstration, and Infusion-2026 (SpaceTech-REDDI-2026)" initiative around December 9, 2025. This opportunity aims to solicit proposals through various Appendices under the Umbrella NASA Research Announcement (NRA), focusing on advancing U.S. space technology innovation and competitiveness, while fostering economic growth within the expanding space economy. Interested parties are encouraged to monitor the NSPIRES website for updates and can submit inquiries to HQ-STMD-SpaceTech-REDDI@nasaprs.com, as the solicitation will remain open for one year with annual releases anticipated.
    Launch Complex (LC) 39 Area Power Duct Bank Replacement
    National Aeronautics And Space Administration
    NASA's Kennedy Space Center is seeking proposals for the Launch Complex (LC) 39 Area Power Duct Bank Replacement project, which involves the design and construction of a new duct bank system to replace the existing degraded infrastructure. The project aims to enhance the power distribution capabilities at LC-39, addressing deficiencies in the current system that has been in place since the 1960s, and is critical for supporting future operations and maintenance at the facility. This procurement will follow a two-phase design-build selection procedure, with a firm-fixed-price contract anticipated to be awarded by July 31, 2025, and proposals for Phase 1 due by December 16, 2025. Interested contractors should direct inquiries to Benjamin Crafton or Jacqueline Brooks via email, and are encouraged to review all solicitation documents available on www.SAM.gov for further details.
    Materials-Limited Technologies for the Moon and Mars
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking industry input through a Request for Information (RFI) regarding materials-limited technologies applicable to its Moon and Mars exploration initiatives. The objective is to gather insights on potential technologies that can address NASA's identified Civil Space Shortfalls, particularly those hindered by structural materials challenges, which may include advancements in non-metallic materials or innovative materials processing. This RFI is crucial for informing future opportunities and collaborations, with responses due by 5:00 PM EDT on January 16, 2026, and should be submitted electronically to the designated NASA contacts, including Godfrey Sauti at godfrey.sauti-1@nasa.gov.
    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.
    Starshield terminals with global access subscriptions
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Starshield terminals with global access subscriptions to enhance secure satellite-based data transport services for its Deep Space Network (DSN). The procurement requires the contractor to provide seven terminals with mount kits for redundancy and eight data subscriptions, ensuring continuous encrypted data service with a minimum uplink speed of 20 Mbps, while adhering to stringent data integrity and encryption standards. This initiative is critical for establishing encrypted communication links among DSN ground stations located in Goldstone, California; Madrid, Spain; and Canberra, Australia, thereby improving the resiliency and diversity of NASA's communication capabilities. Interested organizations can submit their capabilities and qualifications by December 15, 2025, at 4:00 p.m. CST, to determine if a competitive procurement is feasible, with inquiries directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.