Calibration and Metrology Services V (CAMS V)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) is conducting a Sources Sought/Request for Information (RFI) for Calibration and Metrology Services V (CAMS V). This is a follow-on to the current CAMS IV contract, seeking to identify qualified sources for operating and maintaining JSC’s Metrology Standards and Calibration Laboratory (MSCL) in Houston, TX. Responses are due by February 19, 2026, 5:00 p.m. CST.
Scope of Work
The CAMS V contract will involve operating and maintaining JSC’s MSCL in Building 343, providing calibration operations for Measurement and Test Equipment (MTE) for JSC, other NASA centers, and Federal Government Agencies. The anticipated contract type is a Single-Award, 100% Indefinite-Delivery, Indefinite-Quantity (IDIQ) Firm-Fixed-Price (FFP). Requirements will be issued as FFP task orders.
Key services include:
- Contract Management and Administration
- Documentation and Records Management
- MSCL Equipment and Facilities
- Information Technology (IT)
- Logistics
- Safety, Health, and Environmental Standards
- Quality Assurance and Reliability
- Technical Requirements, Calibration, and Metrology
- Software Tools and Calibration Data Management
Performance standards require 85% of MTE calibrations within a 10-day turnaround, maintaining a Quality Management System (QMS) compliant with ANSI/ISO/ASQ Q9001-2015 and SAE AS9100D, and accreditations like ISO/IEC 17025:2017. The place of performance is primarily the MSCL in Houston, TX, with support for other JSC locations and external agencies.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Single-Award, 100% IDIQ Firm-Fixed-Price (FFP)
- NAICS: 541380, Testing Laboratories and Services (Small Business Size Standard: $19 million)
- Potential Set-Aside: Government reserves the right to consider Small, 8(a), WOSB, SD-VOSB, EDWOSB, or HUBZone set-asides based on responses.
- Current Contract (CAMS IV): Rohmann Services, Inc., Contract 80JSC021DA016, ~$15 million, expires August 31, 2026.
- Response Due: February 19, 2026, 5:00 p.m. CST
- Published: February 4, 2026
Capability Statement Requirements
Interested firms must submit a capability statement (max 20 pages, 12-point Times New Roman) demonstrating ability to perform all aspects of the effort. Submissions should include:
- Overall skills, experience, and capabilities, identifying specific draft CAMS V SOW sections (using the provided Vendor Capability Matrix).
- Company-specific information: DUNS, address, phone, email, business size, average annual revenue (past 3 years), number of employees, socioeconomic status (Large, SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI, 8a), years in business, affiliate information, prime/subcontractor intent.
- List of contracts (past 3 years) with Federal Government, including contract numbers, prime/sub status, type, dollar value, and customer POCs.
- Optional comments on proposed contract type, incentive arrangements, evaluation criteria, or performance metrics, including potential innovations.
Organizational Conflicts of Interest (OCI)
NASA is requesting information regarding potential OCI issues under CAMS V, referencing FAR Subpart 9.5 and NASA's OCI Guide. Respondents should identify potential OCI types, propose mitigation strategies (with examples), and address if OCI issues would prevent them from proposing. NASA will review and respond to OCI mitigation strategies.
Additional Notes
This is for information and planning purposes only; no solicitation exists at this time. The government will not pay for information submitted. Respondents are responsible for monitoring SAM.gov and https://www.nasa.gov/jsc/procurement/CAMSV for any future solicitation. All responses and questions must be emailed to jsc-CAMSV@mail.nasa.gov. An Interested Vendors List is available.