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/JSC is conducting market research for Commercial Lunar Payload Services (CLPS) 2.0, a follow-on procurement for end-to-end lunar payload delivery. This notice provides details for one-on-one meetings and requests feedback on a draft Request for Proposal (DRFP). Companies can RSVP for in-person one-on-one meetings by April 15, 2026, and submit DRFP questions/feedback by April 17, 2026.
Purpose & Background
This Sources Sought Synopsis/RFI aims to gather information for the CLPS 2.0 solicitation, which will provide services for integrating, accommodating, transporting, and operating NASA-sponsored payloads using contractor-provided assets (launch vehicles, landers, surface systems, re-entry vehicles). The market research will help determine procurement type, method, and potential small business subcontracting goals.
Key Activities & Deadlines
- One-on-One Meetings: In-person Q&A sessions will be held in Cleveland, Ohio, from April 21-23, 2026. RSVP is required by 12:00 PM CT, April 15, 2026, by emailing jsc-clps2@mail.nasa.gov. Participation is limited to four representatives per company, and formal presentations are not permitted.
- Draft RFP Feedback: NASA has released a draft RFP for CLPS 2.0. Industry is requested to provide responses to questions in the cover letter and submit any questions related to the draft RFP by 12:00 PM CT, April 17, 2026, to jsc-clps2@mail.nasa.gov.
Scope of Interest
NASA is seeking capabilities for lunar landers, payload accommodation, lunar surface mobility, and specialized subsystems. The RFI includes detailed questions for current/prospective CLPS vendors, payload providers, and lunar surface mobility/subsystem providers. Additionally, NASA is requesting information regarding potential Organizational Conflicts of Interest (OCI) and proposed mitigation strategies.
Anticipated Contract Details
The CLPS 2.0 is anticipated to be a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm-Fixed-Price (FFP) Delivery/Task Orders. It will include CLINs for lunar payload delivery, fully delivered lunar landers, and non-mission-specific services. The period of performance is a 10-year base with a 5-year option, with a Not-to-Exceed (NTE) amount of $10,000,000,000 for all awarded contracts. Minimum order amount is $25,000. Anticipated award is 4Q FY2026.
Set-Aside & Eligibility
No set-aside is currently specified. NASA is conducting market research to identify interest from all socioeconomic categories of Small Businesses, HBCU/MI, and may consider various small business set-asides based on responses.
Additional Notes
This is not a request for proposal and does not constitute a commitment by the Government. Interested parties should monitor SAM.gov for future updates.