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's Johnson Space Center (JSC) is conducting market research for Commercial Lunar Payload Services (CLPS) 2.0, a follow-on procurement to acquire end-to-end lunar payload delivery services. This notice includes a Draft Request for Proposal (DRFP) for feedback and offers one-on-one meetings with industry. The overall objective is to advance NASA's scientific and exploration goals by utilizing commercial lunar transportation.
Purpose & Scope
NASA/JSC seeks information from potential sources for CLPS 2.0, which aims to provide all activities necessary to safely integrate, accommodate, transport, and operate NASA Sponsored Payloads using contractor-provided assets, including launch vehicles, lunar lander spacecraft, lunar surface systems, and Earth re-entry vehicles. This market research will help determine the procurement method and potential small business participation. The applicable NAICS code is 481212 Nonscheduled Chartered Freight Air Transportation with a size standard of 1,500 employees.
Key Activities & Requirements
Interested parties are requested to:
- Submit capability statements detailing skills, experience, and capabilities for CLPS 2.0, including anticipated subcontracting/joint venture structures.
- Provide feedback on potential Organizational Conflicts of Interest (OCI) and proposed mitigation strategies.
- Respond to specific questions tailored for Current/Prospective CLPS Vendors, Payload Providers, and Lunar Surface Mobility/Specialized Subsystem Providers.
- Provide feedback and questions on the Draft RFP for the CLPS 2.0 Multiple Award Contract (MAC) IDIQ. The DRFP outlines three CLINs: lunar payload delivery, fully delivered lunar landers, and non-mission-specific services.
- Participate in one-on-one Q&A meetings with NASA personnel in Cleveland, Ohio, from April 21-23, 2026.
Contract Details (Anticipated)
- Type: Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) Delivery/Task Orders.
- Duration: 10-year base period + 5-year option period.
- Estimated Value: Not-to-Exceed (NTE) $10,000,000,000 across all awarded contracts.
- Minimum Order: $25,000.
- Anticipated Award: 4Q FY2026.
Set-Aside
None specified at this market research stage. NASA will use responses to determine the appropriate level of competition and/or small business subcontracting goals, reserving the right to consider various small business set-asides (Small, 8(a), WOSB, SD-VOSB, EDWOSB, HUBZone).
Submission & Deadlines
- One-on-One Meeting RSVP: April 15, 2026, 12:00 PM Central Time, via email to jsc-clps2@mail.nasa.gov.
- Draft RFP Feedback/Questions: April 17, 2026, 12:00 PM Central Time, via email to jsc-clps2@mail.nasa.gov.
Additional Notes
This is not a Request for Proposal; no proposals are being accepted. This notice is for information and planning purposes only. All questions should be directed to jsc-clps2@mail.nasa.gov. Potential offerors should monitor SAM.gov for future updates.