Mission Voice System

SOL #: 80TECH26RFI0018Sources Sought

Overview

Buyer

National Aeronautics And Space Administration
National Aeronautics And Space Administration
NASA IT PROCUREMENT OFFICE
Greenbelt, MD, 20771, United States

Place of Performance

Orlando, FL

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
May 4, 2026
2
Response Deadline
May 11, 2026, 5:00 PM

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) Information Technology Procurement Office (ITPO) is conducting a Sources Sought to gather information on next-generation Mission Voice Communication Systems. This effort aims to support launch processing, countdown, and mission execution for the Artemis program and future initiatives. NASA is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and HBCU/MI, to determine the appropriate level of competition and/or small business subcontracting goals. Responses are due May 11, 2026, at 12 PM CST.

Scope of Requirements

NASA seeks robust, resilient, IP-based voice communication solutions to replace legacy TDM/T1-based infrastructure. Key objectives include:

  • Architecture: Native IP/SIP-based, operate without T1 circuits (preferred), interface with legacy TDM if needed, no single point of failure, geographic redundancy.
  • Performance: ≤150 ms latency, support 500+ users (scalable to 1,000+), conference loops/party-line, reliable Push-to-Talk (PTT), deterministic performance.
  • Inter-Center Communication: Secure IP trunking, multi-site routing/failover, support degraded network conditions.
  • Reliability & Availability: 99.999% availability, automatic failover, redundant call control/media paths, graceful degradation.
  • Cybersecurity: Encryption (TLS, SRTP), role-based access control, alignment with NIST 800-53, protection against spoofing/DoS.
  • Operations & Maintainability: Centralized monitoring, real-time diagnostics, fault isolation, software updates without downtime.
  • Scalability & Flexibility: Rapid reconfiguration of voice loops, support for simulations/testing, automation capabilities.
  • Environmental & Deployment: Operation in launch control/remote environments, on-prem/hybrid/cloud options, environmental tolerances.

Contract & Timeline

  • Opportunity Type: Sources Sought / Request for Information (RFI)
  • Anticipated Contract Type: To Be Determined (Firm Fixed Price or Hybrid anticipated)
  • Period of Performance: Initial capability within 12–24 months.
  • Place of Performance: Kennedy Space Center (KSC), Florida (Primary), with potential expansion to JSC, MSFC, and other NASA facilities.
  • Proposed NAICS Codes: 334220, 517919
  • Response Due Date: May 11, 2026, at 12 PM CST
  • Published Date: May 4, 2026

Set-Aside

This is market research. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.

Key Evaluation Focus Areas

Responses will be evaluated based on the ability to demonstrate:

  • Elimination of T1 dependency
  • Robust IP architecture
  • Mission-critical performance
  • Interoperability
  • Cybersecurity
  • Scalability

Vendor Response Instructions

Interested firms should submit a capability statement of no more than 10 pages electronically via email to Kimberly Sandoz (kimberly.r.sandoz@nasa.gov) and Sara Stuart (sara.stuart@nasa.gov). Responses must reference 80TECH26RFI0018 and include:

  • Architecture diagrams
  • Technical approach
  • Identification of compliance and gaps
  • Estimated cost of the system (procurement, licensing, integration, operations & sustainment)

This is for information and planning purposes only; no solicitation exists, and the Government will not pay for information solicited. Respondents will not be notified of evaluation results.

People

Points of Contact

Kimberly SandozPRIMARY
Sara StuartSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: May 4, 2026
Mission Voice System | GovScope