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

Solicitation: SCAN-MSFC-0001
Notice ID: e33cd0cc61064a6497a55fca8e9b30c6
TypePresolicitationNAICS 541715PSCAR12Set-AsideNONEDepartmentNASAStateALPostedMar 26, 2026, 12:00 AM UTCDueMar 30, 2026, 09:00 PM UTCExpired

Presolicitation from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: AL. Response deadline: Mar 30, 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 $5,891,976,226,424 • 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 • 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
AL20260128 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Alabama • Cullman
Rate
CARPENTER (Form Work Only)
Base $15.25Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.50Fringe $0.00
+26 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 26 more rate previews.
Davis-BaconBest fitstate match
AL20260128 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Cullman
Rate
CARPENTER (Form Work Only)
Base $15.25Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.50Fringe $0.00
Rate
ELECTRICIAN
Base $20.41Fringe $7.49
+25 more occupation rates in this WD
Davis-Baconstate match
AL20260102 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Geneva, Henry
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $31.10Fringe $16.40
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
POWER EQUIPMENT OPERATOR Crane
Base $31.75Fringe $14.55
+24 more occupation rates in this WD
Davis-Baconstate match
AL20260059 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Tuscaloosa
Rate
BRICKLAYER
Base $13.29Fringe $0.00
Rate
CARPENTER, Includes Form Work (Excludes Drywall Hanging)
Base $14.00Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $11.75Fringe $0.00
+17 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

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

Amendment 1 posted on 3/25/26

NASA intends to release a BAA under Next Space Technologies for Exploration Partnerships (NextSTEP-3), Appendix E, for Project NEXUS, Ka-band Backward- Compatible Relay. As the aging Tracking and Data Relay Satellite System (TDRS) 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 TDRS users for a minimum of fifteen years. This capability is needed to support select on-orbit missions that cannot feasibly modify flight hardware or transition to non-compatible commercial services. To reduce growing continuity risk in the 2029- 2031 timeframe, industry is asked to develop and demonstrate this end-to-end capability. The BAA will be a phased competitive Research and Development (R&D) acquisition. NASA anticipates multiple initial Firm-Fixed-Price (FFP) awards with progressive downselects 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 knowledge gained through this BAA, including demonstration results, technical data, and operational insight, to inform future acquisition strategies for operational services.

Participation in this BAA does not guarantee eligibility for or award of any future procurement. NASA may also issue R&D phase-out and service transition contracts to one or more BAA participants (Phase 4) while pursuing broader competition for long-term operational services (Phase 5). Participation in this BAA 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 downselected contractors around February 2027.

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

Note: NASA anticipates acquiring R&D phase-out and services transition as a Phase 4, which is a separate commercial services acquisition under FAR Parts 12 and 15. NASA anticipates theone-year ~October 2028, plus a one- year priced option to extend.

Project NEXUS BAA Acquisition Schedule:

Interested vendors may request NASA to perform vendor site visits from date of this notification, until five business days before release of the final solicitation. Vendor site visit requests are due by March 30, 2026, at 4:00 p.m. CT. No vendor site visit requests will be accepted after this date. Please submit requests electronically to: Jennifer.George@nasa.gov.

The draft solicitation release is anticipated to occur on April 10, 2026; a draft solicitation industry day is anticipated to occur on April 14, 2026, at Catalyst Campus for Technology and Innovation (Catalyst) in Colorado Springs, CO. Following the industry day presentation(s) NASA will offer private, one-on-one meetings in person at Catalyst with interested industry participants on April 14-15, 2026. Requests to meet with NASA in a one-on-one setting at Catalyst are due by March 30, 2026, at 4:00 pm CT. No requests will be accepted after this date. Please submit requests electronically to: Jennifer.George@nasa.gov.

Participation in a site visit or a one-on-one is voluntary. NASA extends this offer to all interested parties to further its market research and collaborative partnerships in advance of finalizing the solicitation.

A final BAA solicitation release is anticipated to occur on May 11, 2026. The proposal due date is anticipated to be June 2, 2026, but specific instructions will be identified in the full BAA. Set aside: None; full and open competition. No foreign offerors permitted.

This solicitation will include a Service Requirements Document (SRD) which contain ITAR-controlled technical data. The clause at NFS 1852.225-70 (Export Licenses) will be incorporated. Therefore, access to these materials is restricted to contractors with valid ITAR export clearance per NASA export-control procedures; such data will not be publicly posted on SAM.gov at any point. Interested parties wanting early access to a draft copy of this data may submit their Defense Trade Control Compliance (DTCC) letter to brooke.thornton@nasa.gov. If a contractor does not have a DTCC letter, contact brooke.thornton@nasa.gov for further guidance. Once NASA confirms clearance, access to the data will be provided..

This notification 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 solicitation, amendments, and 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 International Traffic in Arms Regulations (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.

Attachment: NEXUS_SRD_3262026_CUI-ITAR-Preview.pdf

_________________________________________________________________________

NASA intends to release a BAA under Next Space Technologies for Exploration Partnerships (NextSTEP-3), Appendix E, 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 years. This capability is needed to support select on-orbit missions that cannot feasibly modify flight hardware or transition to non-compatible commercial services. To reduce growing continuity risk in the 2029- 2031 timeframe, industry is asked to develop and demonstrate this end-to-end capability. The BAA will be a phased competitive Research and Development (R&D) acquisition. NASA anticipates multiple initial Firm-Fixed-Price (FFP) awards with progressive downselects 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 knowledge gained through this BAA, including demonstration results, technical data, and operational insight, to inform future acquisition strategies for operational services.

Participation in this BAA does not guarantee eligibility for or award of any future procurement. NASA may also issue R&D phase-out and service transition contracts to one or more BAA participants (Phase 4) while pursuing broader competition for long-term operational services (Phase 5). Participation in this BAA 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 downselected contractors around February 2027.

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

Note: NASA anticipates acquiring R&D phase-out and services transition as a Phase 4, which is a separate commercial services acquisition under FAR Parts 12 and 15. NASA anticipates theone-year ~October 2028, plus a one- year priced option to extend.

Project NEXUS BAA Acquisition Schedule:

NASA site visits may occur from date of this notification, until five business days before release of the final solicitation. Site visit requests are due by March 30, 2026, at 4:00 p.m. CT. No site visit requests will be accepted after this date. Please submit requests electronically to: Jennifer.George@nasa.gov.

The draft solicitation release is anticipated to occur on April 10, 2026; a draft solicitation industry day is anticipated to occur on April 14, 2026, at Catalyst Campus for Technology and Innovation (Catalyst) in Colorado Springs, CO. Following the industry day presentation(s) NASA will offer private, one-on-one meetings in person at Catalyst with interested industry participants on April 14-15, 2026. Requests to meet with NASA in a one-on-one setting at Catalyst are due by March 30, 2026, at 4:00 pm CT. No requests will be accepted after this date. Please submit requests electronically to: Jennifer.George@nasa.gov.

Participation in a site visit or a one-on-one is voluntary. NASA extends this offer to all interested parties to further its market research and collaborative partnerships in advance of finalizing the solicitation.

A final BAA solicitation release is anticipated to occur on May 11, 2026. The proposal due date is anticipated to be June 2, 2026, but specific instructions will be identified in the full BAA. Set aside: None; full and open competition. No foreign offerors permitted.

This solicitation will include a Service Requirements Document (SRD) which contain ITAR-controlled technical data. The clause at NFS 1852.225-70 (Export Licenses) will be incorporated. Therefore, access to these materials is restricted to contractors with valid ITAR export clearance per NASA export-control procedures; such data will not be publicly posted on SAM.gov at any point. Interested parties wanting early access to a draft copy of this data may contact Jennifer.George@nasa.gov and brooke.thornton@nasa.gov. Once NASA confirms clearance, controlled access to the data will be provided via a secure system.

This notification 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 solicitation, amendments, and 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 International Traffic in Arms Regulations (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.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.