NRESS III RFP 80HQTR26R0002

SOL #: 80HQTR26R0002Solicitation

Overview

Buyer

National Aeronautics And Space Administration
National Aeronautics And Space Administration
NASA HEADQUARTERS
WASHINGTON, DC, 20546, United States

Place of Performance

DC

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

Other Professional Services (R499)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Dec 16, 2025
2
Last Updated
Feb 14, 2026
3
Submission Deadline
Feb 17, 2026, 8:00 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) Headquarters is soliciting proposals for the NASA Research and Education Support Services (NRESS) III requirement under RFP 80HQTR26R0002. This 8(a) Set-Aside opportunity seeks professional support services and information technology (IT) support for NASA's agency-wide peer review life cycle, supporting the Science, Human Exploration, Operations, and Space Technology Mission Directorates. The primary goal is to manage research opportunities, proposals, selection processes, and ensure IT management and compliance.

Scope of Work

The contractor will provide comprehensive support for NASA's research, education, and outreach initiatives. Key services include:

  • Program Management: Centralized management, grants policy adherence, records management, and OCIO compliance.
  • Peer Review Program Management: Facilitating the entire peer review process, from solicitation planning and proposal receipt to panel reviews, selection support, and documentation.
  • Information Technology Support: Managing, operating, and sustaining government-furnished web-based systems like NSPIRES (or its successor) for announcements, proposal submission, evaluation, and peer review events. This includes system architecture development, database management, and ensuring IT system compliance with federal and NASA policies.
  • Representative Task Orders (RTOs): Examples include supporting the Earth Science Program Office's Announcement of Opportunity (AO) for next-generation on-orbit systems, managing the Space Biology Program's annual solicitation and selection cycle, and developing an IT system close-out process.

Contract Details

  • Contract Type: Cost-Plus-Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) with CPFF task orders.
  • Period of Performance: A 5-year ordering period from the anticipated contract effective date of December 1, 2026.
  • Maximum Order Value: $365,000,000.00.
  • Place of Performance: Primarily offsite at the Contractor's facilities, with potential for remote work or rented facilities as specified in task orders.
  • NAICS Code: 541611, Administrative Management and General Management Consulting Services, with a $24.5M size standard.

Submission & Evaluation

  • Proposal Due Date: February 17, 2026, at 3:00 PM Eastern Standard Time.
  • Submission Method: Electronically via NASA's Enterprise File Sharing and Sync Box (EFSS Box).
  • Evaluation Factors: Mission Suitability (most important, numerically scored), followed by Past Performance, then Cost.
  • Key Submission Requirements: Offerors must submit an Organizational Conflicts of Interest (OCI) Avoidance Plan, Information System Security Plan (ISSP), and Cybersecurity Supply Chain Risk Management (C-SCRM) plan with their proposal. Proposals must adhere to a 12-point Times New Roman font size. Past Performance Questionnaires (PPQs) are required, with CPARS as supplementary. Pricing must align with provided Government Pricing Models (GPM) and Department of Labor Wage Determinations.

Amendments & Clarifications

The solicitation has been amended multiple times. The latest amendment (AMD 3) extended the proposal due date to February 17, 2026. Previous amendments (AMD 2) replaced the original RFP document, revised several RFP clauses (B.1, L.7, L.10, L.12), added FAR 52.222-41, and clarified that the OCI Avoidance Plan is due with the proposal. Questions and Answers (1-56) further clarified submission requirements for ISSP, C-SCRM, and OCI plans.

Additional Notes

Government Furnished Property (GFP) will be made available for offsite use. Potential Organizational Conflicts of Interest (OCI) exist, and offerors must refer to clause H.2 1852.209-71. Offerors must have a Commercial and Government Entity (CAGE) code matching their corporate address.

People

Points of Contact

Chanda CannonPRIMARY
Maikeyza BrownSECONDARY

Files

Files

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

Versions

Version 7
Solicitation
Posted: Feb 14, 2026
View
Version 6
Solicitation
Posted: Feb 9, 2026
View
Version 5
Solicitation
Posted: Feb 9, 2026
View
Version 4Viewing
Solicitation
Posted: Jan 29, 2026
Version 3
Solicitation
Posted: Jan 22, 2026
View
Version 2
Solicitation
Posted: Jan 21, 2026
View
Version 1
Solicitation
Posted: Dec 16, 2025
View