Final RFP - Mars Telecommunications Network (MTN)
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) is soliciting proposals for the Mars Telecommunications Network (MTN). This opportunity involves the design, development, integration, launch, and on-orbit continuous communications infrastructure to support Mars sample return and future Mars surface, orbital, and human exploration missions. The acquisition is a full and open competition and will result in a hybrid Firm-Fixed-Price (FFP) contract with an Indefinite-Delivery Indefinite-Quantity (IDIQ) Time and Materials (T&M) component. Proposals are due June 15, 2026, at 2:00 PM EDT.
Purpose & Scope
The principal purpose of this requirement is to robustify the current Mars Relay Network and establish a new, high-performing relay network architecture at Mars. The MTN is expected to support autonomous operations, onboard processing, and extended mission duration capabilities, providing communications, data exchange, positioning, and navigation services for missions through 2035 and beyond. This project is mandated by the One Big Beautiful Bill Act (PL 119-21) and is designated as a medium-priority Category 2 project.
Key Requirements & Deliverables
- Core Requirement (FFP): Management, design, integration, construction, testing, and implementation of the MTN spacecraft(s) and associated data and ground systems (CLIN 0001), culminating in a pre-ship review. Also includes NASA Selected Science Payload Integration and Verification (CLIN 0009).
- Optional Requirements (FFP): Launch Services, Integration with launch vehicle, Launch, Transit, and Relay Commissioning at Mars (CLIN 0003), and five (5) years of Mission Operations (CLINs 0004-0008).
- IDIQ Component (T&M): Engineering Analyses task orders (CLIN 0002) with a ceiling of $10,000,000.
- Hardware Delivery: No later than December 31, 2028.
- Operational Readiness: By the end of calendar year 2030.
- Government Furnished Property (GFP): NASA will provide Electra UHF Transceiver (EUT) units (Flight and Engineering Models) and Ground Support Equipment (GSE). The Deep Space Network (DSN) is a Government Furnished Service.
- Place of Performance: Offsite at the Contractor’s facilities.
Contract Details
- Contract Type: Hybrid Firm-Fixed-Price with an Indefinite-Delivery Indefinite-Quantity (IDIQ) Time and Materials (T&M) component.
- NAICS Code: 336414 (Space Vehicles Manufacturing), Small Business Size Standard: 1,300 employees.
- Set-Aside: Full and Open Competition (Unrestricted).
- Anticipated Award Date: No Later Than October 01, 2026.
Eligibility & Submission
- Proposals Due: June 15, 2026, 2:00 PM EDT.
- Submission Method: NASA’s Enterprise File Sharing and Sync Box (EFSS Box).
- Questions Due: May 24, 2026, 2:00 PM EDT, via email to the Contracting Officer.
- Eligibility Requirements (51 U.S.C § 20306): Offerors must be a US commercial provider, have received NASA funding in FY2024 or FY2025 for Mars Sample Return commercial design studies, and propose a separately and independently launched Mars telecom orbiter for Mars Sample Return. A Commercial and Government Entity (CAGE) code matching the corporate address is also required.
- Evaluation Factors: Technical Proposal and Past Performance (combined, significantly more important than Price). Technical Proposal is more important than Past Performance, and Past Performance is more important than Price. Eligibility requirements are also a factor.
- Key Submission Documents: Price Volume Exhibits (Excel with working formulas), IDIQ Labor Matrix, Organizational Conflicts of Interest (OCI) Avoidance Plan, Commercial Architecture Security Questionnaire (CASQ), and Proposal Mission Trajectory Instructions.
Contact Information
- Primary Contact: Ian P. Sherry (Ian.P.Sherry@nasa.gov)