Skip to content
NASA

Calibration and Metrology Services V (CAMS V)

Solicitation: 80JSC026CAMSV
Notice ID: 47ed6c5e00ad4b7f9d2ca9025d718931
TypeSources SoughtNAICS 541380PSCH118Set-AsideSBADepartmentNASAStateTXPostedFeb 05, 2026, 12:00 AM UTCDueFeb 19, 2026, 11:00 PM UTCExpired

Sources Sought from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: TX. Response deadline: Feb 19, 2026. Industry: NAICS 541380 • PSC H118.

Market snapshot

Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.

12-month awarded value
$635,935,197
Sector total $5,796,289,192,140 • Share 0.0%
Live
Median
$98,807
P10–P90
$15,130$610,395
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-93%(-$548,064,803)
Deal sizing
$98,807 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for TX
Live POP
Place of performance
Houston, Texas • 77058 United States
State: TX
Contracting office
Houston, TX • 77058 USA

Point of Contact

Name
Ryan Gregory
Email
jsc-CAMSV@mail.nasa.gov
Phone
Not available
Name
Marcelino LaBrake
Email
jsc-CAMSV@mail.nasa.gov
Phone
Not available

Agency & Office

Department
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Subagency
NASA JOHNSON SPACE CENTER
Office
Not available
Contracting Office Address
Houston, TX
77058 USA

More in NAICS 541380

Description

Background: 

The National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) Safety & Mission Assurance (S&MA) Directorate is hereby requesting information from potential sources for the Calibration and Metrology Services V (CAMS V) solicitation. JSC is issuing this Sources Sought Synopsis/Request For Information (RFI) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement. This acquisition will be a follow-on procurement to the current NASA CAMS IV, contract number 80JSC021DA016. The result of this market research will contribute to determining the type and method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541380, Testing Laboratories and Services; under this NAICS code the small business size standard is $19 million. 

NASA JSC is seeking capability statements  from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the CAMS V solicitation. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. 

This synopsis is for information and planning purposes only and there is no solicitation at this time. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred and the respondents will not be notified of the results of the evaluation. If a solicitation is released it will be synopsized in SAM.gov. Interested firms are responsible for monitoring this website and https://www.nasa.gov/jsc/procurement/CAMSV for the release of any solicitation or synopsis. 

CAMS V Description: 

It is anticipated that CAMS V will be a Single-Award, 100% Indefinite-Delivery, Indefinite-Quantity Firm-Fixed-Price (FFP) contract. Requirements will be issued as FFP task orders as determined appropriate throughout the life of the contract. 

For your reference, the current CAMS V Statement of Work is attached to this posting. A summary of content for the proposed CAMS V contract includes, but is not limited to, the following: 

The contractor shall operate and maintain JSC’s Metrology Standards and Calibration Laboratory (MSCL) located in Building 343 at JSC. The NASA JSC in Houston, TX currently has an existing Metrology Standards and Calibration Laboratory (MSCL) located in Building 343. The MSCL provides calibration operations for Measurement and Test Equipment (MTE) primarily for JSC Organizations. The MSCL also supports calibrations for other NASA centers and Federal Government Agencies. Most MTE are commercial off-the shelf used to measure physical, mechanical, and electrical properties such as torque wrenches, pressure transducers and voltmeters. 

CAMS V requirements may include, but are not limited to, services such as: 

  • Contract Management and Administration; 

  • Documentation and Records Management; 

  • MSCL Equipment and Facilities; 

  • Information Technology (IT); 

  • Logistics; 

  • Safety, Health, and Environmental Standards; 

  • Safety and Health 

  • Quality Assurance and Reliability 

  • Environmental and Energy Conservation Requirements 

  • Technical Requirements; 

  • Calibration 

  • Software Tools and Calibration Data Management 

  • Calibration Turn-around Time and Commit Dates 

  • Technical Representation 

  • Metrology 

  • Indefinite Delivery Indefinite Quantity (IDIQ) Requirements 

The pertinent contract information for the current contract is as follows: 

  • Current Contractor: Rohmann Services, Inc.; 

  • Contract Number 80JSC021DA016; 

  • Estimated Contract Value: Approximately $15 million; 

  • Contract Expiration Date: August 31, 2026. 

Capability Statement: 

Interested firms having the required capabilities necessary to meet the above requirement should indicate the ability to perform all aspects of the effort, and include the following information: 

  • Describe your company's overall skills, experience, and capabilities to perform the work of the draft CAMS V SOW. Please identify specific draft CAMS V SOW sections where your company could provide the stated capability by way of Attachment 1 - Vendor Capability Matrix at the end of this announcement. The Vendor Capability Matrix will be included within the page limitation. If subcontracting or joint venture is anticipated to deliver technical capability, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors; 

  • Company-Specific Information - responses must include the following: 

  • Name and address of firm Point of Contact information (include DUNS number, address, phone, and email). 

  • Size of business. 

  • Average annual revenue for past three years. 

  • Number of employees. 

  • Whether the firm is a Large, SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI, and/or 8a. 

  • Number of years in business. 

  • Affiliate information: parent company, joint venture partners, and potential teaming partners. 

  • If you plan to propose as a prime or as a subcontractor. 

  • A list of contracts covering the past three years with emphasis on work performed for the United States Federal Government. Please provide contract numbers, if your firm was a prime or subcontractor, contract type, dollar value of each procurement, and customer point of contact (address, phone, and email). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. If the contract(s) were IDIQ, please indicate the number of task orders awarded and the total dollar value of those task orders. 

In addition to the information requested above, interested parties may also provide optional comments on this potential acquisition regarding proposed contract type, incentive arrangements, evaluation criteria, or performance metrics. Specifically, interested parties are requested to address the following items: 

  1. What innovations might you propose in the performance of this contract or contract structure? 

If the Government issues a Request for Proposal (RFP), the government reserves the right to restrict the procurement to small businesses. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. 

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf 

Organizational Conflicts of Interest (OCI): 

In addition to the information requested above, NASA is requesting information from industry regarding potential OCI arising from the CAMS V acquisition. The nature of the work anticipated under CAMS V contract may create the potential for OCI as currently described in FAR Subpart 9.5. Each interested party should review FAR Subpart 9.5 in light of NASA’s anticipation of OCI issues and consider carefully the extent to which an OCI may arise before making the decision to compete for CAMS V. 

A link to the NASA’s Guide on Organizational Conflicts of Interest is below: 
https://www.nasa.gov/wp-content/uploads/2023/09/nasa-organizational-conflicts-of-interest.pdf 

Please reference this document for additional information about NASA’s policies with respect to OCI issues. Interested parties are requested to address the following questions: 

  1. What type(s) of OCI issues would your company or potential team identify, if any, should you choose to propose on the CAMS V contract? 

  1. What strategies would you anticipate proposing to mitigate the OCI issues that you identified (if any)? Please provide strategy details, previous examples/experience with other contracts with NASA or other agencies, etc. 

  1. Are there any other types of potential OCI issues with the proposed CAMS V contract that were not identified in this RFI? 

  1. Does your company foresee any OCI issues associated with the CAMS V that would cause you to decide not to propose on the potential CAMS V RFP? If so, please explain. 

NASA will review any responses received regarding potential OCI and each offeror’s proposed OCI mitigation strategy. NASA will respond to each company who submits an OCI mitigation strategy. NASA’s response will simply be an attempt to examine circumstances which might lead to or eliminate an OCI and is not intended to serve as a confirmation that, in fact, all potential OCI issues have been identified, that an OCI will ultimately exist, or that an interested party is capable of successfully eliminating or mitigating an identified OCI. NASA’s response is also not intended to encourage or discourage any interested party from responding to an RFP issued for CAMS V in the future. Furthermore, NASA’s response in no way alters or interprets FAR 9.5 as it applies to a final statement of work or a final proposal submission, should an interested party elect to submit a proposal to an RFP for CAMS V. Subsequent to the initial OCI submission and NASA’s response, the Government will not consider further information as it relates to this RFI. The Contractor will still be required to comply with the RFP OCI requirements and its submission will be considered in accordance with the RFP. 

The documents on the NASA procurement website are for information and planning purposes, to allow industry the opportunity to comment, and to promote competition only. NASA will not affirmatively release any information received in response to this RFI to the public but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it. 

Submission Instructions: 

Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than twenty pages, using no less than 12-point Times New Roman font indicating the ability to perform all aspects of the effort. A firm's response to this RFI shall not exceed twenty pages.   

No solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov and on the CAMS V website. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. 

This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government to issue a solicitation or to award a contract, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by NASA to form a binding contract. 

Interested parties who consider themselves qualified to perform one or more elements of the Statement of Work are invited to submit a response to this Sources Sought Notice/RFI by 5:00 p.m. CST on February 19, 2026. All responses and questions related to this Sources Sought Notice/RFI must be emailed to jsc-CAMSV@mail.nasa.gov 

An Interested Vendors List is enabled within this posting. This list is available to other vendors to allow potential offerors the opportunity to network Parties that would like their information posted to the Interested Vendors List shall use the “Add Me to Interested Vendors” button. If a vendor would like to be removed from the Interested Vendors List, use the “Remove Me from Interested Vendors” button. It is the potential offeror’s responsibility to monitor this site for the release of any solicitation or synopsis. 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.