Commercial Lunar Payload Services (CLPS) 2.0
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
NASA/Johnson Space Center (JSC) is conducting market research for the Commercial Lunar Payload Services (CLPS) 2.0 initiative. This is a Sources Sought/Request for Information (RFI), not a request for proposal, aimed at identifying industry capabilities for end-to-end lunar payload services. A Pre-Proposal Conference is scheduled for June 1, 2026, with RSVPs due by May 27, 2026.
Purpose & Scope
The CLPS 2.0 program seeks to provide all necessary activities to safely integrate, accommodate, transport, and operate NASA-sponsored payloads using contractor-provided assets, including launch vehicles, lunar landers, surface systems, and Earth re-entry vehicles. This effort is a follow-on to current CLPS contracts, with the goal of advancing NASA's scientific and exploration objectives. The Draft Request for Proposal (DRFP) outlines three potential Contract Line Item Numbers (CLINs): lunar payload delivery services, supply-based fully delivered lunar landers, and non-mission-specific services like feasibility studies and hardware development.
Contract Details (Anticipated)
- Type: Sources Sought / RFI. The future contract is anticipated to be a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) Delivery/Task Orders.
- Period of Performance: The DRFP indicates a 10-year base period with a 5-year option.
- Estimated Value: The anticipated Not-to-Exceed (NTE) amount for all contracts under CLPS 2.0 is $10,000,000,000.
- Set-Aside: None specified at this RFI stage. NASA reserves the right to consider various small business set-asides (Small, 8(a), WOSB, SD-VOSB, EDWOSB, HUBZone) based on market research responses.
- NAICS Code: 481212 (Nonscheduled Chartered Freight Air Transportation) with a 1,500-employee size standard.
Key Dates & Actions
- Pre-Proposal Conference: Wednesday, June 1, 2026, from 12:30 p.m. to 2:00 p.m. CT via Microsoft Teams. Attendance is recommended but not required.
- Pre-Proposal Conference RSVP Deadline: Friday, May 27, 2026, 12:00 p.m. CT. RSVP via email to jsc-clps2@mail.nasa.gov, including company details, SAM UEID/CAGE, size/type, and attendee names (max 6).
- Initial SSS/RFI Response Deadline: February 5, 2026 (passed).
- DRFP Feedback Deadline: April 17, 2026 (passed).
- One-on-One Meetings: April 21-23, 2026, in Cleveland, OH (passed).
- Latest Notice Publication: April 28, 2026.
Additional Information
NASA sought capability statements and feedback on various aspects, including technical capabilities, market viability, payload accommodation, lunar surface mobility, and potential Organizational Conflicts of Interest (OCI). An Interested Parties List is available to facilitate teaming. All questions should be directed to jsc-clps2@mail.nasa.gov. This notice does not obligate the Government to any contractual action.