NASA Protective Services Contract -South Region (NPSC-SR) II
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 Kennedy Space Center is conducting a Sources Sought for the NASA Protective Services Contract - South Region (NPSC-SR) II, seeking comprehensive protective services across multiple NASA centers. This acquisition is anticipated to be a competitive 8(a) small business set-aside. The current action is a Sources Sought to gather capability statements, with responses due by March 26, 2025. The contract will require a Top Secret facility clearance.
Scope of Work
The NPSC-SR II will provide a wide range of protective services, including:
- Information Security (INFOSEC) and Communications Security (COMSEC) for classified national security information.
- Emergency Management: Preparedness, operations, continuity, and training.
- Protective Services Communication Center (PSCC) Operations: 24/7 dispatch for emergency and non-emergency services, security systems monitoring.
- Physical Security Support: Safeguarding individuals, assets, and information; physical security assessments, locksmith services, electronic security systems, and physical access control.
- Security Operations: Deployment of uniformed armed security police officers and security officers for emergency response, investigations, access control, event support, SWAT, K9 operations, crowd control, and law enforcement.
- Identity Credential and Access Management (ICAM): I-9 verification, badge/pass issuance, and foreign national visit processing.
- Personnel Security: Background investigation application processing and tracking.
- Internal Security Education and Training: Firearms, defensive tactics, active shooter response, and federal arrest authority.
Services will be provided at KSC, Johnson Space Center (JSC), Marshall Space Flight Center (MSFC), Stennis Space Center (SSC), Ames Research Center (ARC), and associated facilities including White Sands Test Facility (WSTF), White Sands Complex (WSC), and Michoud Assembly Facility (MAF).
Contract & Timeline
- Contract Type: Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ)
- Anticipated Length: Five years
- Set-Aside: Competitive 8(a) Small Business Set-Aside
- Facility Clearance: Top Secret (required at proposal submission)
- Current Action: Sources Sought
- Capability Statement Due: March 26, 2025, 5:00 PM EDT
- Estimated Future Solicitation Schedule (as of April 13, 2026 update):
- Draft Solicitation Release: On or about May 20, 2026
- Solicitation Release: On or about August 3, 2026
- Proposal Due Date: On or about September 2, 2026
- Contract Award: December 2026
- Contract Start: April 1, 2027
Key Requirements
The contractor must provide all labor, personnel, equipment, and supplies for 24/7 operations, adhering to NASA Procedural Requirements, Federal laws, and industry standards. A detailed position table outlines specific roles, schedules, and qualifications across all locations.
Industry Engagement & Submission
NASA intends to hold one-on-one meetings with interested firms the week of April 7, 2025, following receipt of capability statements. These 30-minute virtual meetings will allow respondents to elaborate on their capabilities.
Capability statements, limited to 15 pages (PDF, searchable text), must be submitted electronically to ksc-npsc-sr-ii@mail.nasa.gov by March 26, 2025, 5:00 PM EDT. Submissions should include company details (UEI, CAGE, socioeconomic status, NAICS 561612 size, GSA contracts if applicable), interest as prime/sub, specific relevant capabilities, and past contract references since February 1, 2022, including previous/current Facility Clearance Levels (FCL).
Additional Notes
This is a Sources Sought for planning purposes only and does not constitute a solicitation. Interested firms are encouraged to monitor SAM.gov for future updates and register on the Interested Vendors List.