Network Extension for User Continuity and Sustainability (NEXUS) Ka-Band Backward-Compatible Relay Broad Agency Announcement (BAA) NextSTEP-3 Appendix E - Draft Solicitation
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's Marshall Space Flight Center has released a Draft Broad Agency Announcement (BAA) Appendix E for the Network Extension for User Continuity and Sustainability (NEXUS) project. This initiative seeks to develop and demonstrate an on-orbit, end-to-end Ka-band relay service that is backward compatible with legacy Tracking and Data Relay Satellite System (TDRSS) users. The goal is to ensure critical space-to-ground communications for NASA missions for a minimum of 15 years. This is a phased competitive Research and Development (R&D) acquisition, with multiple Firm-Fixed-Price (FFP) awards anticipated. Proposals are tentatively due June 5, 2026.
Purpose & Scope
As the aging TDRSS declines, NASA faces a credible risk of losing critical communications for legacy missions. This BAA aims to acquire a commercially viable Ka-band relay service, including space, ground, launch, integration, and operations, that does not require modifications to existing flight hardware. Solutions must support mission communications through a transparent, bent-pipe architecture and be scalable for a minimum 15-year service life. NASA seeks to accelerate maturation of commercially viable capabilities, anticipating proposed solutions to be supported by a broader commercial business case beyond NASA.
Contract Details & Phased Approach
This acquisition is structured into three phases with progressive down-selections:
- Phase 1 (Base CLIN 1): Concept Maturation and Risk Reduction (~6 months), with multiple FFP awards anticipated by September 2026.
- Phase 2 (Priced Option CLIN 2): System Integration and Flight Demonstration Readiness (~15 months), with option exercise around February 2027.
- Phase 3 (Priced Option CLIN 3): On-Orbit Demonstration and Service Validation (~6 months), with option exercise around May 2028 for a flight demonstration no later than June 2028. A subsequent Phase 4 (pilot contracts) and Phase 5 (long-term operational services) are anticipated as separate commercial services acquisitions. The primary NAICS code for Phases 1-3 is 541715 (Research and Development in the Physical, Engineering, and Life Sciences).
Key Requirements
Offerors must propose solutions that are backward compatible with heritage TDRS Ka-band users, ensuring continuity without requiring modifications to customer vehicle onboard systems. The demonstration capability must provide no fewer than two concurrent paired links, with full operational services supporting eight concurrent links over a 15-year period. Comprehensive cybersecurity, information assurance (NIST SP 800-53), and spectrum compliance are mandatory. No foreign offerors are permitted, and proposals must not include participation with China or Chinese-owned companies.
Submission & Evaluation
Proposals are tentatively due by 5:00 PM CT on June 5, 2026. Submissions must be electronic as a single searchable PDF. Evaluation will focus on Technical Capability (700 points) and Management (300 points), with price evaluated for reasonableness. Key evaluation subfactors include Architectural Credibility, Design Maturity, Commercial Strategy, and Past Performance. Offerors are encouraged to propose meaningful corporate contributions. Written questions are due by April 21, 2026.
Important Notes
This is a draft solicitation for information and planning purposes only and is not a request for proposals. Offerors are responsible for monitoring SAM.gov for the final solicitation and any amendments. Attachment B, the Service Requirements Document (SRD), contains ITAR-controlled technical data; access requires a valid Directorate of Defense Trade Controls (DDTC) letter submitted to MSFC-NEXUS@mail.nasa.gov.