Commercial Lunar Payload Services (CLPS) 2.0

Notice ID:80JSC026CLPS2

NASA is seeking industry input for the Commercial Lunar Payload Services (CLPS) 2.0 follow-on procurement, which will provide end-to-end services to safely integrate, transport, and operate NASA payloads using contractor-provided assets like lunar landers. A pre-proposal conference is anticipated for June 1, 2026, via Microsoft Teams, with RSVPs due by May 27, 2026. In-person one-on-one meetings will be held in Cleveland, Ohio, from April 21-23, 2026, with RSVPs due by April 15, 2026. Responses to the draft Request for Proposal and capability statements are due by February 5, 2026, with draft RFP questions due by April 17, 2026. No budget information is specified in this notice.

Department/Ind.Agency Subtier Office
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NASA JOHNSON SPACE CENTER
  PSC   AR13 R&D-AERO & SPACE TECH-ADV DEV
LOCATION: Not Given
Primary Contact
Joshua Smith
Not Given
Alt Contact
Aubrie Henspeter
Not Given


Data sourced from SAM.gov. View Official Posting »

Commercial Lunar Payload Services (CLPS) 2.0

Notice ID:80JSC026CLPS2

NASA is seeking industry input for the Commercial Lunar Payload Services (CLPS) 2.0 follow-on procurement, which will cover end-to-end services including payload integration, transport, and lunar surface operations. In-person one-on-one meetings with NASA will be held in Cleveland, Ohio from April 21 to April 23, 2026, with RSVPs due by April 15, 2026. Responses to a draft Request for Proposal and related questions must be submitted by April 17, 2026, and capability statements and answers to specific CLPS questions are due by February 5, 2026. The procurement is open to domestic sources, including small businesses and HBCUs/MIs, with a focus on lander providers, payload providers, and lunar mobility subsystem specialists. No budget amounts are specified, and the location for performance of services is not detailed beyond the lunar delivery context.

Department/Ind.Agency Subtier Office
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NASA JOHNSON SPACE CENTER
  PSC   AR13 R&D-AERO & SPACE TECH-ADV DEV
LOCATION: Not Given
Primary Contact
Joshua Smith
Not Given
Alt Contact
Aubrie Henspeter
Not Given


Data sourced from SAM.gov. View Official Posting »

Commercial Lunar Payload Services (CLPS) 2.0

Notice ID:80JSC026CLPS2

This is a Sources Sought/RFI for market research on the Commercial Lunar Payload Services (CLPS) 2.0 follow-on procurement, seeking capability statements from interested parties. The primary objective is to secure end-to-end services for transporting and operating NASA-sponsored payloads using contractor-provided lunar landers and systems. In-person one-on-one meetings with NASA will be held in Cleveland, Ohio, from April 21 to April 23, 2026. Responses to the RFI, including capability statements and answers to specific CLPS questions, are due by 5:00 PM CST on February 5, 2026. No budget information is specified.

Department/Ind.Agency Subtier Office
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NASA JOHNSON SPACE CENTER
  PSC   AR13 R&D-AERO & SPACE TECH-ADV DEV
LOCATION: Not Given
Primary Contact
Joshua Smith
Not Given
Alt Contact
Aubrie Henspeter
Not Given

Links (0)

Attachments (1)


Data sourced from SAM.gov. View Official Posting »

Commercial Lunar Payload Services (CLPS) 2.0

Notice ID:80JSC026CLPS2

This is a draft Request for Proposal and Request for Information from NASA/JSC for planning the Commercial Lunar Payload Services (CLPS) 2.0 follow-on procurement, seeking capability statements and detailed feedback from industry. The primary objective is to identify contractors capable of providing end-to-end services for the integration, transport, and operation of NASA-sponsored payloads using contractor-provided lunar landers and associated systems. Responses to the RFI questions and capability statements are requested by 5:00 PM CST on February 5, 2026. No budget or specific location for performance is mentioned in this description.

Department/Ind.Agency Subtier Office
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NASA JOHNSON SPACE CENTER
  PSC   AR13 R&D-AERO & SPACE TECH-ADV DEV
LOCATION: Not Given
Primary Contact
Catherine Staggs
Not Given
Alt Contact
Aubrie Henspeter
Not Given

Links (0)

Attachments (1)


Data sourced from SAM.gov. View Official Posting »

CLPS 2.0

Notice ID:80JSC026CLPS2

NASA is conducting market research for a follow-on procurement called Commercial Lunar Payload Services (CLPS) 2.0, seeking capability statements from interested parties to provide end-to-end services for transporting and operating NASA-sponsored payloads on the lunar surface using contractor-provided assets. The primary objective is to safely integrate, accommodate, transport, and operate these payloads using commercial launch vehicles, landers, and surface systems. This is a Request for Information to help determine the procurement method and appropriate competition level, including potential set-asides for small businesses. The NAICS code is 481212 with a 1,500-employee size standard. Responses to the RFI, including capability statements and answers to specific CLPS questions, are requested by 5:00 PM CST on February 5, 2026.

Department/Ind.Agency Subtier Office
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NASA JOHNSON SPACE CENTER
  PSC   AR13 R&D-AERO & SPACE TECH-ADV DEV
LOCATION: Not Given
Primary Contact
Catherine Staggs
Not Given

Links (0)

Attachments (0)


Data sourced from SAM.gov. View Official Posting »

CLPS 2.0

Inactive
Notice ID:80JSC026CLPS2

NASA is seeking capability statements and market research information from potential vendors for a follow-on Commercial Lunar Payload Services (CLPS 2.0) contract to provide end-to-end services for transporting and operating NASA-sponsored payloads on the Moon. The primary objective is to secure contractor-provided assets, including launch vehicles, lunar landers, and surface systems, for safe payload integration, transport, and operation. This is a Request for Information (RFI) to shape the procurement strategy, and the government is considering a potential set-aside for small businesses or other socioeconomic categories based on the responses. Interested firms are asked to provide detailed capability statements and answer specific technical and operational questions about lunar services. No specific budget, performance location, or non-bid/procurement timelines are detailed in this RFI description.

Department/Ind.Agency Subtier Office
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NASA JOHNSON SPACE CENTER
  PSC   AR13 R&D-AERO & SPACE TECH-ADV DEV
LOCATION: Not Given
Primary Contact
Catherine Staggs
Not Given

Links (0)

Attachments (0)


Data sourced from SAM.gov. View Official Posting »