Closed Solicitation · NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
AI Summary
NASA is seeking information on next-generation mission voice communication systems for Artemis and future programs. Interested parties should submit capability statements detailing their solutions, focusing on IP-based architectures, scalability, and cybersecurity. Responses are due by May 19, 2026, and should not exceed 10 pages.
The National Aeronautics and Space Administration (NASA) Information Technology Procurement Office (ITPO) is hereby soliciting information from industry on next-generation mission voice communication systems to support launch processing, countdown, and mission execution for Artemis and future programs. NASA ITPO is seeking capability statements for Kennedy Space Center (KSC) from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Mission Voice System. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. Current voice architectures rely heavily on legacy TDM/T1-based infrastructure, which introduces limitations in flexibility, scalability, and long-term sustainment. Objective: Identify robust, resilient, IP-based voice communication solutions that eliminate or minimize T1 dependency, support mission-critical operations, enable seamless inter-center communication, and provide high availability and scalability. Scope of Requirements Architecture Requirements Native IP/SIP-based architecture Support RTP / SRTP and SIP signaling Operate without T1 circuits (preferred) Interface with legacy TDM systems if required No single point of failure Geographic redundancy Performance Requirements ?150 ms end-to-end latency Support 500+ users scalable to 1,000+ Conference loops / party-line communications Reliable Push-to-Talk (PTT) Deterministic performance under load Inter-Center Communication Secure IP trunking between NASA centers Multi-site routing and failover capability Support degraded network conditions Reliability & Availability 99.999% availability Automatic failover at all levels Redundant call control and media paths Graceful degradation Cybersecurity Requirements Encryption (TLS, SRTP) Role-based access control Alignment with NIST 800-53 Protection against spoofing and DoS attacks Operations & Maintainability Centralized monitoring Real-time diagnostics Fault isolation capability Software updates without downtime Scalability & Flexibility Rapid reconfiguration of voice loops Support for simulations and testing Automation capabilities Environmental & Deployment Considerations Operation in launch control and remote environments On-prem, hybrid, or cloud deployment options Environmental tolerances Delivery & Schedule Deployment timelines Production capacity Hardware/software lead times Cost Information Procurement cost Licensing Integration Operations & sustainment Place of Performance KSC, Florida (Primary) Potential expansion to JSC, MSFC, and other NASA facilities Period of Performance Initial capability within 1224 months Anticipated Contract Type TBD (Firm Fixed Price or Hybrid anticipated) NAICS Code (Proposed) 334220, 517919 Vendor Response Instructions Maximum 10 pages Include architecture diagrams Provide technical approach Identify compliance and gaps Key Evaluation Focus Areas Elimination of T1 dependency Robust IP architecture Mission-critical performance Interoperability Cybersecurity Scalability Cost The vendor must indicate the estimated cost of the system. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Please advise if the requirement is considered a commercial or commercial-type product. A commercial product and commercial service is defined in FAR 2.101, Definitions. All responses shall be submitted electronically via email to via email to Kimberly Sandoz at kimberly.r.sandoz@nasa.gov and Sara Stuart at sara.stuart@nasa.gov no later than 5/19/2026 at 11: 59 PM CST Please reference 80TECH26RFI0018 in any response. Interested firms having the required capabilities necessary to meet the requirements described herein should submit a capability statement of no more than 10 pages indicating the ability to perform all aspects of the effort. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.
Mission Voice System 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
AI-powered intelligence for the right opportunities, the right leads, and the right time.