Active Solicitation · NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

    Feasibility Study for Payload Processing Facility for Nuclear Operations

    NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
    Sol. 80KSC026Q0004Combined Synopsis/SolicitationSet-aside: No Set aside usedKENNEDY SPACE CENTER, FL
    Open · 2d remaining
    DAYS TO CLOSE
    2
    closes May 15, 2026
    POSTED
    May 11, 2026
    Publication date
    NAICS CODE
    541990
    Primary industry classification
    PSC CODE
    AR11
    Product & service classification

    AI Summary

    NASA is seeking offers for a feasibility study regarding a Payload Processing Facility for nuclear operations. The study aims to assess existing or planned contractor-owned facilities capable of supporting nuclear missions. Offerors must provide technical proposals and pricing by May 15, 2026. This opportunity is a Request for Quotations (RFQ) and falls under Simplified Acquisition Procedures.

    Contract details

    Solicitation No.
    80KSC026Q0004
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    No Set aside used
    Posted Date
    May 11, 2026
    Response Deadline
    May 15, 2026
    NAICS Code
    541990AI guide
    PSC / Class Code
    AR11
    Contract Code
    8000
    Primary Contact
    Allyson Grooms
    State
    FL
    ZIP Code
    32899
    AI Product/Service
    service

    Description

    Amendment 1 - Notice to Offerors – Purpose of this Study The intent of this notification is to provide clarification on the request for quote. To all Offerors, the Statement of Work (SOW) is not requesting, directing, or authorizing the design or construction of a Payload Processing Facility (PPF) for NASA. Therefore, the Government is not seeking to acquire architectural designs, engineering development, concept for a government-owned facility or acquiring a facility to process any nuclear mission. The sole purpose of this study is for NASA to gain insight into an existing or currently planned (completed by January 1, 2028) Contractor-owned PPF’s capability that could provide future use to NASA for nuclear missions. However, NASA emphasizes that participation in this study is not procuring a payload processing facility nor guaranteeing NASA will use the PPF for any mission. Offerors are reminded to review the purchase order in its entirety, specifically, Clause 52.212-2 Evaluation - Commercial Products and Commercial Services (NOV 2025) (Deviation) Technical: Proposed approach to meet Statement of Work. Proof of location of the proposed built/potential facility that will be capable to support a Kennedy Space Center (KSC) / Cape Canaveral Space Force Station (CCSFS) to transport nuclear material nuclear in accordance with Idaho National Laboratory to KSC/CCSFS by January 1, 2028. Provide a lease agreement or proof of ownership. Price: Offeror to provide a price for- Item 1: Nuclear Study per Statement of Work Item 2: TAA with an internation partner based on ESA/AirBus. Any PPF described under this effort must be owned, developed, and operated by the contractor, not NASA. **Amendment 1, Questions and Responses has been uploaded under Attachments/Links. ----------------------------------------------------------------------------------------------------------------------- This notice is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) under solicitation number 80KSC026Q0004 for Feasibility Study for Payload Processing Facility (PPF) Operations for Nuclear Missions. The provisions and clauses in the RFQ are those in effect through FAC 2026-01. The NAICS Code and Size Standard are 541990 and $19.5 Million, respectively. The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/far-overhaul/far-part-deviation-guide NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, (NOV 2025) which is incorporated by reference. Price will be evaluated in accordance with FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services, (NOV 2025). The Government will award a contract resulting from this solicitation to the offeror responsible, whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and feasibility to meet Statement of Work. Offeror to provide: Technical: Proposed approach to meet Statement of Work. Proof of location of the proposed built/potential facility that will be capable to support a Kennedy Space Center (KSC) / Cape Canaveral Space Force Station (CCSFS) to transport nuclear material nuclear in accordance with Idaho National Laboratory to KSC/CCSFS by January 1, 2028. Provide a lease agreement or proof of ownership. Price: Offeror to provide a price for- Item 1: Nuclear Study per Statement of Work Item 2: TAA with an internation partner based on ESA/AirBus. FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, (NOV 2025). NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to Allyson Grooms, ksc-ssppf@mail.nasa.gov not later than May 8, 2026 by 12:00 PM ET. Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email no later than 12:00 PM ET on May 15, 2026. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFQ shall result in the proposal being considered late and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (NOV 2025).

    Key dates

    1. May 11, 2026Posted Date
    2. May 15, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Feasibility Study for Payload Processing Facility for Nuclear Operations is a federal acquisition solicitation issued by NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.