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 has issued RFP 80HQTR26R0002 for the NASA Research and Education Support Services (NRESS) III acquisition. This 8(a) Set-Aside opportunity seeks professional support services and information technology (IT) support for NASA's peer review lifecycle, research, education, and outreach initiatives. The contract is a Cost-Plus-Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) with a maximum value of $365,000,000.00. Proposals are due February 06, 2026, at 3:00 PM EST.

Purpose & Scope

The primary purpose of NRESS III is to provide comprehensive support for NASA's Science Mission Directorate, Human Exploration, Operations Mission Directorates, and Space Technology Mission Directorate. This includes facilitating research opportunities, managing proposals, supporting selection processes, and ensuring IT management and compliance. Services encompass planning long-range research objectives, reviewing enterprise research programs, and sustaining IT system compliance with federal and NASA policies. The contractor will also be responsible for new system architecture development and database management, including an end-to-end web-based electronic system (NSPIRES or successor) for proposal submission, evaluation, and selection.

Contract Details

  • Contract Type: Cost-Plus-Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) with CPFF task orders.
  • Set-Aside: 8(a) Set-Aside (FAR 19.8).
  • NAICS Code: 541611, Administrative Management and General Management Consulting Services ($24.5M size standard).
  • Period of Performance: 5-year ordering period from an anticipated effective date of December 01, 2026.
  • Anticipated Award Date: October 01, 2026.
  • Value: Minimum Order: $2,000,000.00; Maximum Order: $365,000,000.00.
  • Place of Performance: Primarily offsite at the Contractor's facilities or remotely, with alternate locations specified in task orders.

Key Requirements & Deliverables

The scope includes program management, grants policy adherence, records management, OCIO compliance, and subject matter expertise. Specific tasks involve:

  • Operating and sustaining the government-furnished web-based NSPIRES system.
  • Supporting the full peer review program lifecycle, from solicitation planning to selection decisions.
  • Providing professional support for various NASA programs, as illustrated by Representative Task Orders (RTOs) for Earth Science, Space Biology, and IT System Closeout.
  • Adhering to strict IT security requirements, including submitting an Information System Security Plan (ISSP) and a Cybersecurity Supply Chain Risk Management (C-SCRM) plan with the proposal.
  • Providing detailed financial reporting (NASA Form 533 series) and adhering to a Contract Data Requirements List (CDRL).

Submission & Evaluation

  • Proposal Due Date: February 06, 2026, at 3:00 PM EST.
  • 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 Documents: Offerors must submit an Organizational Conflicts of Interest (OCI) Avoidance Plan, ISSP, and C-SCRM plan with their proposal. Cost exhibits (e.g., Exhibit 1A, 2-11, Enclosure 3) detailing labor categories, pricing, and indirect rates are crucial. Past Performance Questionnaires (PPQs) are required; CPARS may be supplementary. Proposals must use 12-point Times New Roman font.

Amendments & Clarifications

Recent amendments and Q&A documents have clarified submission requirements, including the due date for the OCI Avoidance Plan (now with the proposal) and the requirement for ISSP and C-SCRM plans at submission. The proposal due date has been updated multiple times, with the latest clarification setting it to February 06, 2026.

Contact Information

For inquiries, contact Chanda Cannon (Chanda.M.Cannon@nasa.gov) or Maikeyza Brown (maikeyza.brown-1@nasa.gov).

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
Download
Download

Versions

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