Skip to content
NASA

Mission Support Operations Contract (MSOC)

Solicitation: 80JSC026MSOC1
Notice ID: 9a6c972a228348c7b2e982f0a3a795bb
TypeSpecial NoticeNAICS 541715PSCR425DepartmentNASAStateTXPostedJan 23, 2026, 12:00 AM UTCDueFeb 06, 2026, 10:00 AM UTCExpired

Special Notice from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: TX. Response deadline: Feb 06, 2026. Industry: NAICS 541715 • PSC R425.

Market snapshot

Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,832,838,648
Sector total $5,863,314,717,577 • Share 0.1%
Live
Median
$404,198
P10–P90
$112,917$21,506,389
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+35371%($4,805,665,375)
Deal sizing
$404,198 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

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
TX20260266 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Texas • Randall
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
CARPENTER
Base $28.57Fringe $9.30
+39 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 39 more rate previews.
Davis-BaconBest fitstate match
TX20260266 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Randall
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
CARPENTER
Base $28.57Fringe $9.30
Rate
ELECTRICIAN (Excludes Low Voltage Wiring and Installation of Alarms)
Base $29.41Fringe $12.73
+38 more occupation rates in this WD
Davis-Baconstate match
TX20260005 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Wichita
Rate
CONCRETE FINISHER (Paving and Structures)
Base $12.85Fringe $0.00
Rate
FORM BUILDER/FORM SETTER Paving & Curb
Base $11.83Fringe $0.00
Rate
LABORER Asphalt Raker
Base $14.21Fringe $0.00
+25 more occupation rates in this WD
Davis-Baconstate match
TX20260162 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Kimble
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
Boilermaker
Base $33.17Fringe $24.92
Rate
IRONWORKER (Reinforcing)
Base $29.64Fringe $8.43
+25 more occupation rates in this WD
Davis-Baconstate match
TX20260216 (Rev 1)
Open WD
Published Jan 23, 2026Texas • Matagorda, Refugio
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.20Fringe $12.38
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+23 more occupation rates in this WD

Point of Contact

Name
Edwin Ortiz-Franco
Email
edwin.ortiz-franco@nasa.gov
Phone
2814835979
Name
Dina Zambrano
Email
dina.s.zambrano@nasa.gov
Phone
281-244-9283

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 541715

Description

NASA/ Johnson Space Center (JSC) has a requirement for the extension of the Mission Support Operations Contract (MSOC).

NASA/JSC intends to acquire the required services from KBR Wyle Services, LLC to maintain uninterrupted mission operations support during a short-term extension period required to address delays in awarding the follow-on acquisition. This action is necessary to prevent a lapse in critical services that would result in unacceptable risk to ongoing and planned human spaceflight operations.

Due to the immediate need for continuity and the limited timeframe available, the incumbent contractor is best positioned to continue performance without disruption. Transitioning these highly integrated mission operations services to a different contractor within the available timeframe would require substantial phase-in and transition activities, including system access, certifications, workforce onboarding, and knowledge transfer. Such efforts would be cost-prohibitive to the Government, could not be accomplished within the required schedule or budget, and would introduce unacceptable risk to mission readiness and operational continuity. The services support the Mission Control Center, the Space Vehicle Mockup Facility (SVMF), and training systems (simulators and trainers) for astronaut crews, flight controllers, and instructors supporting the International Space Station (ISS) Program, the Commercial Crew Program, and the Artemis missions (Orion, SLS, Gateway, and HLS), as well as other current and future human spaceflight programs. This action provides for up to six (6) months of additional performance solely to bridge the transition period until the follow-on contract is awarded, potentially extending the contract period of performance from April 1, 2026, through September 30, 2026.

The Government does not intend to acquire a commercial product or commercial service using FAR Part 12.

The statutory authority for this sole source modification is 10 U.S.C 2304(c)(1)—Only One Responsible Source.  Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Edwin Ortiz-Franco at edwin.ortiz-franco@nasa.gov not later than 4 p.m. Central Standard Time on February 06, 2026. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.

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

Oral communications are not acceptable in response to this notice.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.