Skip to content
NASA

Network Extension for User Continuity and Sustainability (NEXUS) Ka-Band Backward-Compatible Relay Broad Agency Announcement (BAA) NextSTEP-3 Appendix E - Draft Solicitation

Solicitation: SCAN-MSFC-0001
Notice ID: b47e05ebf0f04178a165f090496d2305
TypeSolicitationNAICS 541715PSCAR12DepartmentNASAStateALPostedApr 09, 2026, 12:00 AM UTCDueJun 05, 2026, 09:00 PM UTCCloses in 57 days

Solicitation from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: AL. Response deadline: Jun 05, 2026. Industry: NAICS 541715 • PSC AR12.

Market snapshot

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

12-month awarded value
$6,745,762,757
Sector total $5,897,748,259,654 • Share 0.1%
Live
Median
$962,414
P10–P90
$962,414$962,414
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-57%(-$2,703,966,658)
Deal sizing
$962,414 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 AL
Live POP
Place of performance
Huntsville, Alabama • 35812 United States
State: AL
Contracting office
Huntsville, AL • 35812 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
AL20260167 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Alabama • Russell
Rate
CEMENT MASON/CONCRETE FINISHER
Base $14.09Fringe $0.00
Rate
FORM WORKER
Base $14.87Fringe $0.00
+33 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 33 more rate previews.
Davis-BaconBest fitstate match
AL20260167 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Russell
Rate
CEMENT MASON/CONCRETE FINISHER
Base $14.09Fringe $0.00
Rate
FORM WORKER
Base $14.87Fringe $0.00
Rate
HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine)
Base $19.82Fringe $0.00
+32 more occupation rates in this WD
Davis-Baconstate match
AL20260053 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Mobile
Rate
BRICKLAYER
Base $12.69Fringe $0.00
Rate
CARPENTER, Includes Form Work
Base $11.72Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $10.35Fringe $0.00
+16 more occupation rates in this WD
Davis-Baconstate match
AL20260030 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Washington
Rate
BRICKLAYER
Base $11.89Fringe $0.00
Rate
CARPENTER
Base $10.30Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $10.68Fringe $0.00
+13 more occupation rates in this WD
Davis-Baconstate match
AL20260106 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Etowah
Rate
CARPENTER, Includes Form Work
Base $20.26Fringe $8.59
Rate
CEMENT MASON/CONCRETE FINISHER, Includes Water Sewer Lines
Base $13.71Fringe $0.00
Rate
ELECTRICIAN
Base $19.98Fringe $5.53
+5 more occupation rates in this WD

Point of Contact

Name
Jennifer George
Email
Jennifer.George@nasa.gov
Phone
Not available
Name
Michael Eagan
Email
Michael.C.Eagan@nasa.gov
Phone
Not available

Agency & Office

Department
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Subagency
NASA MARSHALL SPACE FLIGHT CENTER
Office
Not available
Contracting Office Address
Huntsville, AL
35812 USA

More in NAICS 541715

Description

Update: NASA release of the draft competitive Appendix E solicitation under the Next Space Technologies for Exploration Partnerships-3 (NextSTEP-3) Omnibus for Project NEXUS, Ka-band Backward-Compatible Relay.

As the aging Tracking and Data Relay Satellite System (TDRSS) declines, NASA’s objective is to acquire an end-to-end Ka-band relay service, including space, ground, launch, integration, and operations elements, that is backward compatible with legacy TDRSS users for a minimum of fifteen (15) years. This capability is needed to support select on-orbit missions that cannot feasibly modify flight hardware or transition to non-compatible commercial services. Industry is being asked to develop and demonstrate this end-to-end capability.

This draft solicitation is for a phased competitive Research and Development (R&D) acquisition in accordance with NFS 1852.217-72. NASA anticipates multiple initial Firm-Fixed-Price (FFP) awards with progressive down-selections based on demonstrated performance, technical credibility, and commercial viability. NASA does not anticipate being the sole commercial customer and anticipates proposed solutions to be supported by a broader commercial business case beyond NASA. NAICS: Phases 1–3: 541715.

NASA seeks to accelerate maturation of commercially viable capabilities through competitive research demonstrations to support transition to future operational services, while preserving full and open competition for those services. All proposed satellite orbit solutions are acceptable notwithstanding that the proposed solutions will be expected to include all elements necessary for industry to develop, deliver and sustain the end-to-end relay service capability, including, but not limited to: Space segment, associated launch services, as applicable, ground and network infrastructure, and service operations and maintenance. Accordingly, NASA may use, consistent with the terms and conditions of the resulting contract, knowledge gained through contract performance, including demonstration results, technical data, and operational insight, to inform future acquisition strategies for operational services.

Participation in this competition does not guarantee eligibility for or award of any future procurement. NASA may also issue limited initial service contracts or pilot service awards to one or more Appendix E participants to support transition and continued service demonstration (Phase 4) while pursuing broader competition for long-term operational services (Phase 5). Participation in this BAA solicitation does not otherwise limit eligibility for future service acquisitions. This effort is intended to support NASA’s transition to commercially provided, backward-compatible Ka-band relay services for a minimum 15-year service period. NAICS: Phases 4 & 5: 517810 (All Other Telecommunications) and/or 517410 (Satellite Communication).

BAA Synopsis:

Phase 1 (~6 months) mature proposed concepts and development plans. Multiple FFP awards are anticipated no later than September 2026.

Phase 2 (~15 months) develop capability and integrate ground and space segments.  NASA anticipates option exercise for down-selected contractors around February 2027.

Phase 3 (~6 months) on-orbit flight demonstration and end-to-end verification. NASA anticipates option exercise for down-selected contractors around May 2028 to support a flight demonstration NLT June 2028 and verification through September 2028.

Note: NASA anticipates acquiring operational service provider demonstration (pilot contracts) as a Phase 4, which is a separate commercial services acquisition under FAR Parts 12 and 15. NASA anticipates the pilot to be one-year ~October 2028 plus a one-year option to extend. 

Project NEXUS BAA Acquisition Schedule:

A final BAA solicitation release is tentatively planned on or around May 14, 2026. A final solicitation industry day walk through is expected to occur on or around May 13, 2026.  The proposal due date will be June 5, 2026, but specific instructions will be identified in the final solicitation BAA.

Set aside: None; full and open competition. No foreign offerors permitted.

This draft solicitation includes an attachment B_Service Requirements Document (SRD) which contains International Traffic in Arms Regulations (ITAR)‑controlled technical data. Therefore, access to these materials is restricted to contractors with valid ITAR export clearance per NASA exportcontrol‑ procedures; such data will not be publicly posted on SAM.gov at any point. Interested parties wanting access to a copy of this draft solicitation attachment must send a copy of its Directorate of Defense Trade Controls (DDTC) letter to MSFC-NEXUS@mail.nasa.gov prior to requesting access to the document on sam.gov. Once NASA confirms clearance, controlled access to the data will be provided via a sam.gov secure system.

This draft solicitation is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. This notice is not a request for proposals. Potential offerors are responsible for monitoring SAM.gov for the final solicitation, amendments, updates, and for downloading all documents. NASA reserves the right to share information received in response to this notification, as necessary, and to use information submitted in NASA's formulation of a solicitation seeking competitive proposals related to initiatives described herein. NASA is not requesting competition sensitive or export-controlled data that requires protection. If it is necessary to submit competition sensitive data, that data should be clearly segregated and marked as sensitive. NASA will protect such data from public disclosure to the extent permitted under the Freedom of Information Act (FOIA) and other laws and regulations. Additionally, any ITAR or Export Administration Regulations (EAR) restricted information should be appropriately labeled. Although information contained herein represents current program content and acquisition planning, it is subject to change.

NASA Clause 1852.215-84, Ombudsman, applies. Current Ombudsman information is available at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf.

All information related to this acquisition should be directed to and through Jennifer George, Lead Contracting Officer, NASA/MSFC/PS50 at Jennifer.George@nasa.gov and MSFC-NEXUS@mail.nasa.gov. 

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.