Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2025 SAM #8668
SOURCES SOUGHT

V -- NASA Launch Services II (NLS-II) 2025 On-Ramp

Notice Date
8/18/2025 12:03:06 PM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
RFP10-99-0021-Rev_T
 
Response Due
9/18/2025 1:00:00 PM
 
Archive Date
09/19/2025
 
Point of Contact
Rachel Edwards, Mary Vaughn
 
E-Mail Address
rachel.t.edwards@nasa.gov, mary.e.vaughn-1@nasa.gov
(rachel.t.edwards@nasa.gov, mary.e.vaughn-1@nasa.gov)
 
Description
The NASA Launch Services (NLS) II Request for Proposal (RFP) remains open until June 30, 2030 through the use of an innovative on-ramp provision found in Section C, Clause 2.0. The NLS II contract�s ordering period remains valid through June 30, 2030. The RFP has resulted in the award of Indefinite Delivery Indefinite Quantity (IDIQ) task order contracts to United Launch Services, LLC., Northrop Grumman Innovation Systems, Space Exploration Technologies, and Blue Origin. Each August during the life of the solicitation, or at any other time established via synopsis, the Government will accept proposals from new launch service providers for IDIQ contracts and proposals from existing IDIQ contractors for additional launch services. The Government is currently contemplating opening an on-ramp opportunity. Launch services proposed under the NLS II solicitation shall only include launch vehicles capable of being certified to risk mitigation Category 2 and 3 in accordance with NASA Policy Directive 8610.7D, Launch Services Risk Mitigation Policy for NASA-Owned and/or NASA-Sponsored Payloads/Missions. These launch services, at a minimum, shall be capable of delivering a 250kg payload to orbit at an altitude of 200km and a launch inclination of 28.5 degrees. This acquisition is restricted to domestic sources. Minimum contract requirements will be set forth in Attachment E3, Paragraph 1.0 of the NLS II RFP when released. Specifically, in addition to the launch vehicle requirements described above, offerors must be domestic launch service providers and must be AS9100 certified by the date of contract award. It is requested that any interested party notify NASA in writing no later than September 18, 2025, of your intent to submit a proposal during this on-ramp period as well as a description of the launch vehicle configuration(s) you intend to propose and current flight manifest. If the Government chooses to conduct an On Ramp by issuing a solicitation notice, new launch service providers and current IDIQ contractors will be allowed to submit proposals, within the notice's stated response time. An ombudsman has been appointed in accordance with NFS 1852.215-84.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf7456acb31041799b15f684419f0fab/view)
 
Place of Performance
Address: Merritt Island, FL, USA
Country: USA
 
Record
SN07555858-F 20250820/250818230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.