Request for Information (RFI): Lunar Instrument Avionics Unit
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
The National Aeronautics And Space Administration (NASA) Goddard Space Flight Center has issued a Request for Information (RFI) for a Lunar Instrument Avionics Unit. This RFI is for market research purposes only and is not a request for proposal. NASA seeks to identify industry interest and the best acquisition strategy for an avionics unit to support future Artemis astronaut missions on the lunar surface.
Scope of Work
The required avionics unit will host GSFC software and integrate with other hardware for instruments used during extra-vehicular moon surface operations. Key technical requirements include:
- Data Processing: 32GB storage, Core Flight System (CFS) compatible processor (>100 MIPS Dhrystone, >20 Whetstone MIPS).
- Electrical Interfaces: 20-33.6V power input, switched power outputs (3x 20W peak, 4x 10W peak for heaters), regulated power outputs (3.3V at 2A peak, 5V at 2A peak), discrete LED controls, 4+ RS-422 UARTs, Ethernet (100/1000BASE-T), 6+ analog temperature sensor inputs.
- Wi-Fi: Wi-Fi Certified N (2.4 GHz) and Wi-Fi Certified AC (5 GHz) protocols requested.
- Physical Constraints: CubeSat 1U form factor (Width < 20cm, Depth < 12cm, Height < 11cm), Mass < 3.0 kg.
- Environmental Requirements: Operating -30°C to 50°C, Survival -40°C to 60°C; operational for up to eight 8-hour EVAs on the lunar surface after up to 3 months dormant; must operate in hard vacuum; outgassing (TML < 1.0%, CML < 0.10%); radiation resistance (TID Design Threshold of 10 krad(Si), SEL immune up to LET > 75 MeV*cm^2/mg).
- Technology Readiness Level (TRL): Minimum TRL-6.
Contract & Timeline
- Type: Special Notice (Request for Information)
- Set-Aside: The survey aims to determine the adequacy of Large and/or Small Business contractors. Small Businesses must perform at least 50% of the contract cost with their own employees.
- Response Due: February 26, 2026
- Published: January 27, 2026
Submission & Evaluation
Vendors are asked to respond to specific questions regarding existing TRL-6 commercial off-the-shelf (COTS) options, lead time for delivery (June 2027 target), supply chain, heritage in extreme environments, and testing/qualification. Responses should include vendor name, CAGE code, small business status, product literature, descriptions of experience (max 3 projects), answers to Section 4 questions, and estimated pricing. The submittal package is limited to 10 pages.
Additional Notes
NASA will not pay for information provided. If COTS options are unavailable, vendors should provide a Rough Order of Magnitude (ROM) for bringing a commercial product to lunar surface TRL-6.