Navigate the lattice: hubs for browsing, trends for pricing signals.
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 size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.