Commercial Lunar Payload Services (CLPS) 2.0

SOL #: 80JSC026CLPS2Sources Sought

Overview

Buyer

National Aeronautics And Space Administration
National Aeronautics And Space Administration
NASA JOHNSON SPACE CENTER
HOUSTON, TX, 77058, United States

Place of Performance

Houston, TX

NAICS

Nonscheduled Chartered Freight Air Transportation (481212)

PSC

Space R&D Services; Space Flight, Research And Supporting Activities; Experimental Development (AR13)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 5, 2026
2
Last Updated
Mar 23, 2026
3
Response Deadline
Apr 17, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

NASA's Johnson Space Center (JSC) has issued a Sources Sought Synopsis (SSS)/Request for Information (RFI) for Commercial Lunar Payload Services (CLPS) 2.0. This is market research to identify interested parties and capabilities for a follow-on procurement to the current CLPS contracts. NASA is also soliciting feedback on a draft Request for Proposal (RFP) and potential Organizational Conflicts of Interest (OCI). This notice is for planning purposes only and does not constitute a request for proposals.

Purpose & Scope

The primary objective of CLPS 2.0 is to provide all necessary activities to safely integrate, accommodate, transport, and operate NASA-sponsored payloads using contractor-provided assets, including launch vehicles, lunar landers, surface systems, and Earth re-entry vehicles. This acquisition aims to advance NASA's scientific and exploration objectives by supporting rapid acquisition and delivery of lunar payloads. The applicable NAICS code is 481212 Nonscheduled Chartered Freight Air Transportation with a 1,500-employee size standard.

Key Information Requested

NASA/JSC is seeking:

  • Capability Statements: Detailing technical skills, experience, and capabilities to perform end-to-end CLPS 2.0 services, including anticipated subcontracting or joint venture structures.
  • General Feedback: On potential barriers, innovative approaches, and acquisition strategies to enhance competitiveness.
  • Company-Specific Information: Including POC, business size, revenue, and socioeconomic status (e.g., Small, 8(a), WOSB, SD-VOSB, HUBZone, HBCU/MI).
  • CLPS Specific Questions: Tailored for Current/Prospective CLPS Vendors (e.g., NASA insight models, expanded capabilities like radioactive sources/sample return, market development, payload accommodation, Artemis support), Payload Providers (e.g., market assessment, payload characteristics, interface requirements), and Lunar Surface Mobility/Specialized Subsystem Providers (e.g., mobility-as-a-service, supply chain engagement).
  • Organizational Conflicts of Interest (OCI) Feedback: Regarding potential OCI issues arising from CLPS 2.0 and proposed mitigation strategies.

Anticipated Contract Details (from Draft RFP)

While this is an RFI, the attached draft RFP indicates an anticipated Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm-Fixed-Price (FFP) Delivery/Task Orders. The period of performance is expected to be a 10-year base period with a 5-year option period, with a Not-to-Exceed (NTE) amount of $10,000,000,000 for all awarded contracts. Minimum order amount is $25,000. Anticipated award is 4Q FY2026.

Submission & Deadlines

  • Capability Statements, CLPS Specific Questions, and OCI Information: Due by February 5, 2026, 5:00 PM CST. Capability statements and CLPS questions are limited to 20 pages (12-point Times New Roman); OCI information has no page limit and should be a separate document.
  • Draft RFP Questions: Due by April 17, 2026, 12:00 PM CT.
  • All responses must be emailed to jsc-clps2@mail.nasa.gov. Reference "CLPS 2.0 DRFP" and your company name in the subject line for DRFP questions, and "80JSC026CLPS2" and your company name for SSS/RFI responses.

Set-Aside

No set-aside is specified for this RFI. NASA is seeking capability statements from all socioeconomic categories of businesses, including Small Businesses and HBCU/MI, to determine the appropriate level of competition and/or small business subcontracting goals for CLPS 2.0. The Government reserves the right to consider various small business set-asides based on responses received.

Important Notes

This notice is for information and planning purposes only. Responses are not offers and cannot be accepted to form a binding contract. NASA will not pay for information submitted and is under no obligation to issue a solicitation or award a contract based on this RFI. NASA intends to publicize a listing of respondents unless explicitly requested otherwise.

People

Points of Contact

Catherine StaggsPRIMARY
Aubrie HenspeterSECONDARY

Files

Files

Download

Versions

Version 3Viewing
Sources Sought
Posted: Mar 23, 2026
Version 2
Sources Sought
Posted: Mar 23, 2026
View
Version 1
Sources Sought
Posted: Jan 5, 2026
View
Commercial Lunar Payload Services (CLPS) 2.0 | GovScope