Network Extension for User Continuity and Sustainability (NEXUS) Ka-Band Backward-Compatible Relay Broad Agency Announcement (BAA) NextSTEP-3 Appendix E - Draft Solicitation

SOL #: SCAN-MSFC-0001Solicitation

Overview

Buyer

National Aeronautics And Space Administration
National Aeronautics And Space Administration
NASA MARSHALL SPACE FLIGHT CENTER
HUNTSVILLE, AL, 35812, United States

Place of Performance

Huntsville, AL

NAICS

Research and Development in the Physical (541715)

PSC

Space R&D Services; Space Flight, Research And Supporting Activities; Applied Research (AR12)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 23, 2026
2
Last Updated
Apr 21, 2026
3
Submission Deadline
Jun 5, 2026, 9:00 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

NASA has released a Draft Broad Agency Announcement (BAA), Appendix E under NextSTEP-3, for the Network Extension for User Continuity and Sustainability (NEXUS) program. This initiative seeks an end-to-end Ka-band backward-compatible relay service to support legacy NASA missions for a minimum of 15 years as the aging TDRSS declines. This is a phased competitive Research and Development (R&D) acquisition, anticipating multiple Firm-Fixed-Price (FFP) awards. Proposals for the final solicitation are tentatively due June 5, 2026.

Purpose & Objectives

The primary objective is to acquire a commercially viable Ka-band relay service that is backward compatible with heritage TDRSS users, requiring no modifications to their onboard systems. NASA aims to accelerate the maturation of these capabilities through competitive research demonstrations, generating technical, operational, and cost data to inform future acquisitions for sustained operational services. The demonstration must provide persistent coverage with at least two concurrent paired links, including one covering the CONUS region.

Scope of Work

Offerors are expected to develop and demonstrate a complete end-to-end Ka-band relay service, encompassing space, ground, launch, integration, and operations elements. The system must support continuous, global bidirectional Ka-band communication services and be scalable to support eight concurrently operational paired links for a 15-year service life in full operational services. Comprehensive cybersecurity, information assurance, cryptographic (NIST SP 800-53, CNSA 2.0), and cloud security controls are mandatory. All proposed satellite orbit solutions are acceptable.

Contract & Timeline

This is a Broad Agency Announcement (BAA) for a phased R&D acquisition (NFS 1852.217-72).

  • Phase 1 (Concept Maturity): ~6 months, FFP awards anticipated by September 2026.
  • Phase 2 (System Integration): ~15 months, option exercise around February 2027.
  • Phase 3 (On-Orbit Demonstration): ~6 months, option exercise around May 2028 for flight demonstration by June 2028 and verification through September 2028.
  • Follow-on: Phases 4 (Pilot Contracts) and 5 (Long-term Operational Services) are separate future acquisitions.
  • Final BAA Release (Tentative): May 14, 2026.
  • Industry Day (Tentative): May 13, 2026.
  • Proposal Due Date: June 5, 2026.
  • Place of Performance: Huntsville, AL.

Set-Aside

None; this is a full and open competition. No foreign offerors are permitted.

Key Requirements & Submission

  • ITAR-Controlled Data: Attachment B (Service Requirements Document - SRD) contains ITAR-controlled technical data. Access requires a valid ITAR export clearance (DDTC letter to MSFC-NEXUS@mail.nasa.gov).
  • Deliverables: Required Data Requirements Descriptions (DRDs) include SRCM, SDVP, VCN, ICDs, SAD, STP, IPDRMP, SFPSD, Training Emulator, and CSOP.
  • Pricing: Utilize the provided Pricing Worksheet (F) for CLINs 001-003, Government Furnished Property (GFP), and Government Task Agreements (GTAs).
  • Corporate Contribution: Complete the Corporate Contribution Worksheet (D).
  • Past Performance: Submit Past Performance Questionnaires (E) by June 15, 2026, to msfc-nexus@mail.nasa.gov.
  • Security: Complete the Commercial Architecture Security Questionnaire (K) for COMSATCOM solutions.
  • Compliance: Review and complete Contractor Representations, Certifications, and Other Statements (L) and the Organizational Conflict of Interest Disclosure (I).

Evaluation

Awards will be based on demonstrated performance, technical credibility, and commercial viability, with progressive down-selections across phases. Proposed solutions should have a broader commercial business case beyond NASA. Milestone payments (J) are tied to specific acceptance criteria for each CLIN.

Contact Information

All inquiries should be directed to Jennifer George, Lead Contracting Officer, at Jennifer.George@nasa.gov and MSFC-NEXUS@mail.nasa.gov. Offerors are responsible for monitoring SAM.gov for the final solicitation and any amendments.

People

Points of Contact

Jennifer GeorgePRIMARY
Michael EaganSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Apr 21, 2026
View
Version 6
Solicitation
Posted: Apr 10, 2026
View
Version 5Viewing
Solicitation
Posted: Apr 9, 2026
Version 4
Pre-Solicitation
Posted: Apr 8, 2026
View
Version 3
Pre-Solicitation
Posted: Mar 26, 2026
View
Version 2
Pre-Solicitation
Posted: Mar 24, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 23, 2026
View
Network Extension for User Continuity and Sustainability (NEXUS) Ka-Band Backward-Compatible Relay Broad Agency Announcement (BAA) NextSTEP-3 Appendix E - Draft Solicitation | GovScope