Section 1: Introduction
The National Aeronautics and Space Administration (NASA) John F. Kennedy Space Center (KSC) is hereby soliciting information from potential sources for Unmanned Aircraft System (UAS) detection and analysis services. The UAS detection and analysis data generated in performance of this requirement will be utilized to make rapid and critical decisions to protect NASA personnel, the public, launch vehicles, flight hardware, critical high value assets, and security interests, and is required to be fully mission capable at the start of performance. Performance for the UAS Detection and Analysis Services Contract is anticipated to commence no earlier than April 1, 2026.
Performance under this contract will involve access to and/or generation of classified information, work in a security area, or both, up to the level of Secret.
NASA KSC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Serving Institutions (MSI) for the purposes of determining the appropriate level of competition and/or Small Business and HBCU/MSI subcontracting goals for this requirement. 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.
The North American Industry Classification System (NAICS) code is 561621, Security Systems Services (except Locksmiths), and the corresponding small business size standard is $25M, calculated in accordance with 13 CFR 121.104.
Section 2: Background and Requirements:
KSC is comprised of over 144,000 acres of land. All UAS flights over KSC property, whether inside or outside the security perimeter, are restricted and only occur with the approval of KSC Flight Operations. Additionally, KSC is coincident with the Merritt Island National Wildlife Refuge (MINWR), over which unauthorized UAS flights are also prohibited.
Attached is a draft performance work statement (PWS); however, the complete requirements under the PWS are to be defined. Performance requirements contemplated include, but are not limited to the following, which are based on the best information available at the time of publication and is subject to revision:
Section 3: Industry Engagement
The UAS detection and analysis acquisition team intends to hold various industry engagement opportunities throughout the acquisition process. At this time, the UAS detection and analysis acquisition team contemplates one-on-one meetings with industry following receipt of capability statements. The purpose of the one-on-one meetings is to provide respondents an opportunity to elaborate on any capabilities expressed in their respective capability statements of the sources sought notice, to enhance the Government’s understanding of industry capabilities and feedback.
Meetings will take place from 9:00 AM to 5:00 PM Eastern Time, the week of March 2, 2026, via conference call or Microsoft Teams. Meetings will not exceed 45 minutes in length. Respondents interested in meeting with the UAS detection and analysis acquisition team are requested to provide in its capability statement the names, company affiliation, and titles of those who will attend (to include your respective contract manager(s) or contract administrator(s)). Note: All other interested parties may contact the contracting officer listed on Section 4 to schedule time to meet with the team to provide comments or feedback regarding strategy feedback or capabilities. Industry is further encouraged to revisit this notice for announcement of any additional engagement opportunities in the future.
Section 4: Submission Information
Interested firms having the required capabilities to meet the above requirements should submit a capability statement of no more than no more than 20 pages indicating the ability to perform all aspects of the effort.
A page is defined as one side of a sheet, 8 1/2" x 11", with at least one-inch margins on all sides, using not smaller than 12-point type. Foldouts count as an equivalent number of 8 1/2" x 11" pages. Responses must be submitted electronically in portable document format (PDF), with searchable text. The capability statement must include:
All responses shall be submitted electronically via email to Jusitn Ko at justin.j.ko@nasa.gov no later than February 9, 2026, at 12:00 PM Eastern Time. Please reference NASA/Kennedy UAS Detection and Analysis in any response.
Section 5: Other
Please submit any questions regarding the sources sought via email to Jusitn Ko at justin.j.ko@nasa.gov by 12:00 PM Eastern Time on January 21, 2026.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.
This sources sought notice 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. Respondents will not be notified of the results of the evaluation.
The Government has enabled the interested vendor list feature for this notice, interested firms are encouraged to register. Provision of this list is neither an endorsement nor representative of a preference, by NASA, for any of the listed companies.
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
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 561621 (last 12 months), benchmarked to sector 56.