Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Sources Sought Special Notice 2026

Active
80ARC026AOSSFederal
AI Contract Overview
Show more

NASA Ames Research Center (ARC) is seeking potential partners to collaborate in developing competitive proposals for upcoming NASA Announcements of Opportunity (AOs), Broad Agency Announcements (BAAs), Missions of Opportunity (MoOs), and other government agency proposal calls. ARC is interested in collaborators capable of conducting scientific investigations, research, and the development and demonstration of new technologies that align with NASA’s strategic goals. Additionally, partners able to provide flight hardware, such as spacecraft, deployment systems, suborbital platforms, ground support systems, instrumentation, or related equipment, are highly sought. The center may engage in these efforts either as a lead or supporting participant and is particularly focused on responses related to NASA’s Science Mission Directorate (SMD), Space Technology Mission Directorate (STMD), Space Operations Mission Directorate (SOMD), and Exploration Systems Development Mission Directorate (ESDMD). Prospective responders are invited to submit information regarding their capabilities in spacecraft systems, payloads and instrumentation, payload delivery systems to planetary surfaces, scientific and technology demonstration concepts, and launch service integrations. Responses should detail previous relevant experience, technical competencies, facilities, and available resources for proposed partnerships. NASA ARC values collaboration with government, commercial, academic, and international entities and prefers partners with demonstrated success in managing cost, schedule, and technical performance. Submissions should be concise, no longer than ten pages per proposed partnership, and include company information, points of contact, and business size and ownership status, where applicable. Responses will be reviewed for alignment with NASA’s objectives and may be retained for consideration in future proposal opportunities over a three-year period. This notice is issued for planning purposes and is not a solicitation; interested parties should monitor official channels for upcoming formal solicitations.

General Info

NASA ARC seeks partners for collaborative proposals supporting scientific research and technology development projects.

Agency

National Aeronautics And Space Administration → NASA Ames Research Center

View Agency

NAICS

541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)

View NAICS

Place of Performance

CAMPO SECO X, CA, 94035, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseSources Sought
Posted

Sources Sought

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyNational Aeronautics And Space Administration → NASA Ames Research Center
Contacts2 people available
OfficeMOFFETT FIELD, CA, 94035, USA
Organization / Agency
National Aeronautics And Space Administration → NASA Ames Research Center
View Agency Profile
Office Address

MOFFETT FIELD, CA, 94035, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more

SOURCES SOUGHT SPECIAL NOTICE 2026


NASA Ames Research Center (ARC) is seeking partners interested in developing competitive proposals in response to NASA Announcements of Opportunity (AOs), Broad Agency Announcements (BAAs), Missions of Opportunity (MoOs) and proposal calls from other government agencies. ARC is interested in identifying potential partners that can perform science investigations, conduct research activities, and develop and demonstrate new technologies that are aligned with NASA’s goals. Information is also sought regarding partners that, in addition to performing substantial research, can provide flight hardware (i.e., spacecraft, deployment systems, suborbital systems, ground support systems, equipment, or instrumentation) necessary to implement proposed science investigations, research activities, or technology demonstration missions.


NASA often competitively selects scientific investigations, technology development, and demonstration missions through solicitations or announcements posted on NSPIRES https://nspires.nasaprs.com/external. These missions are typically led by a single Principal Investigator (PI), Principal Technologist (PT), or Project Manager (PM). The PI, PT, or PM may be from Government or non-Government institutions, including academic institutions, industry, nonprofit entities, one of NASA’s nine field Centers, NASA’s Jet Propulsion Laboratory (JPL), other federally funded research and development centers, or other U.S. Government agencies. Mission teams may be formed from any combination of these institutions including international partners. ARC may respond to an AO or other proposal calls in either a lead or supporting role.


ARC has a history of responding to a wide variety of NASA AOs including:


Planetary Exploration AOs from the NASA New Frontiers Program (https://www.nasa.gov/planetarymissions/newfrontiers.html), the NASA Discovery Program (https://science.nasa.gov/solar-system/programs/discovery), and the NASA SIMPLEx program (https://soma.larc.nasa.gov/simplex/); various AOs from the NASA Explorers Program (https://explorers.gsfc.nasa.gov) including MIDEX, SMEX, and Missions of Opportunity (MoO); and Research Opportunities in Space and Earth Sciences (ROSES) calls. ARC anticipates responding to current and future AOs in these and other areas as well.


A full description of current, future, and past calls for proposals from SMD, STMD, ESDMD, SOMD, and ARMD at NASA Headquarters can be found at https://nspires.nasaprs.com/external.


This synopsis/special notice is posted annually in anticipation of upcoming AOs and may have subsequent specific updates as ARC seeks partners for specific proposal opportunities. ARC is currently considering responding to AOs from NASA's Science Mission Directorate (SMD), Space Technology Mission Directorate (STMD), Space Operations Mission Directorate (SOMD), and Exploration Systems Development Mission Directorate (ESDMD).


Future AOs to which ARC may be interested in responding are listed below by NASA Mission Directorate. ARC is interested in responding to future NASA AOs and AOs from other sources, such as National Science Foundation (NSF), National Institutes of Health (NIH), and others within the next several years.


Responses from prospective partners are encouraged even if a particular solicitation is not on the list below. ARC typically begins many of its efforts in response to planned or anticipated future AOs 18 to 36 months in advance of the release of the draft AO.


Specific Opportunities of Interest from the Science Mission Directorate


Forthcoming Release of the Research Opportunities in Space and Earth Sciences (ROSES) 2026:


Solicitation: NNH26ZDA001N (Full list of opportunities typically released on 2/14 of each calendar year)


Note:  There are a number of independent solicitations under this announcement.  Of particular interest to Ames are those associated with:  Earth Sciences, Heliophysics, Astrophysics (e.g., Astrophysics Pioneers), Space Biology, Instruments (e.g., Life Detection), Payloads and Research Investigations on the Surface of the Moon (PRISM), Planetary Instrument Concepts for the Advancement of Solar System Observations (PICASSO), Maturation of Instruments for Solar System Exploration (MATISSE), and the Development and Advancement of Lunar Instruments (DALI).


Note:  SMD’s list of planned AO releases is soon to be updated.  See soma.larc.nasa.gov.


Responses to this Notice


Responders to this notice are encouraged to submit questions to the identified POC in writing. Pertinent information from questions and answers will be shared with all interested parties without disclosing the identity of the sources of the questions.  Responses to this notice may be submitted at any time.  However, ARC reserves the right to complete its evaluation of responses in a time frame necessary to support timely submission of an ARC proposal to a particular opportunity.  


Responses to this notice will not be returned. All responders to this notice should be aware that NASA support service contractors may have access to their responses to this notice and subsequent proposal information. All information received in response to this notice that is marked ‘Proprietary' will be handled and protected accordingly. NASA support service contractors are obligated to protect third-party proprietary information. By submitting a response to this notice, the responder is deemed to have consented to release of proprietary information to such NASA support service contractors.


This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Submitted responses will be maintained for possible future opportunities for 3 years after receipt.


Of the current and upcoming NASA AO calls described above, responders to this notice should identify which announcement(s) are appropriate for their capabilities.  However, responses may be considered for partnering for any of the opportunities listed above, or other future opportunities.  Additional information may be requested to determine potential partnering relationships.  Responses to this Sources Sought Notice should include brief summaries of the following information as relevant. (Responses only need to address the elements on which they desire to partner.)


1.    Spacecraft systems including bus and/or subsystems: 1) Describe spacecraft, bus, and/or subsystem mission element capabilities the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Identify spacecraft, bus, and/or subsystem relevance and compliance to the applicable mission class (class A, B, C, or D as defined by NPR 7120.5). 4) Discuss current capabilities for Integration and Test (I&T) flow of the spacecraft, bus and/or subsystem(s). 5) List the skills available to support a spacecraft or subsystem(s) through all mission phases. 6) Identify responder's support facilities for a spacecraft and/or subsystem(s); e.g., fabrication, I&T, storage, etc. 7) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase.


2.    Payload, instrumentation or subsystems, including Drill, Excavator/Probe, and Sample Transfer Systems (one or multiple): 1) Address payload, instrumentation and/or subsystem(s) mission element capabilities the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Identify payload, instrumentation, and/or subsystem relevance and compliance to the applicable mission class (class A, B, C, or D). 4) Discuss current capabilities for Integration and Test (I&T) flow for the payload(s), instrumentation, or subsystem(s). 5) List the skills available to support a payload through all mission phases. 6) Identify responder's support facilities for payload(s); e.g., fabrication, I&T, storage, etc. 7) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase.


3.    Payload delivery capability to planetary surfaces: 1) Describe the planetary (Moon, Mars, etc.) payload delivery capability for entry, descent, and landing. 2) Describe the payload accommodation aspects of the delivery capability (e.g., payload mass, volume, power) and any relevant performance considerations; e.g., dependence on landing altitude. 3) Indicate any special aspects of the capability that might be relevant to NASA missions. 4) Discuss relevant spacecraft development and operations capabilities that the proposer has to offer. 5) Discuss current capabilities for integration and testing flow for the spacecraft and payload(s). 6) Identify support facilities (fabrication, I&T, storage, etc.) available for spacecraft and/or payload(s). 7) List the skills available to support the delivery capability through all mission phases. 8) Indicate the resources (skills and time) that would be allocated to a potential proposal development phase.   


4.    Scientific concepts, Technology Demonstration concepts or Mission Architecture: 1) Provide a research topic or mission concept related to the particular solicitation of interest and why the topic is relevant to the solicitation. 2) Provide an overview of the mission concept. (3) Identify existing or proposed partners, their role, the role of the responder's organization, and the role of NASA Ames in the proposed mission. 4) Identify the Rough Order of Magnitude (ROM) cost for the mission concept. 5) Address mission element capabilities the responder has to offer. 6) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase.


5.    Integration with Launch Services: 1) Address secondary launch system capabilities and launch dispensing systems for the spacecraft systems the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Discuss current capabilities for Integration and Test (I&T). 4) Identify the Rough Order of Magnitude (ROM) cost. 5) Identify responder's support facilities for the launch and dispenser integration. 6) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase.


For the purposes of determining potential partnership opportunities, ARC will evaluate the responses received based on alignment with the Agency's goals, compliance with the announcement requirements, feasibility and suitability of the concept, and/or and its alignment and/or complementary nature with Ames' interests and capabilities.  The criteria for consideration are listed below:


  • Ability to work as part of a government-industry team that may include other industrial partners, academia, and/or international partners.
  • Innovative technical and partnering approaches that could be used to minimize cost and/or schedules without increasing overall mission risk.
  • History of delivering spacecraft, payloads, or instruments with proven technical and cost performance. Also, if applicable, depth of experience in spacecraft bus and/or payload management/development, including but not limited to: systems engineering, bus and/or payload fabrication and test, subcontract management, quality management, safety management, materials and processes/contamination control, payload integration and test support, observatory functional and environmental testing, shipment to the launch site, launch vehicle integration support, preparations for and the conduct of launch and early orbit checkout operations, on-orbit operation support, and sustaining engineering support including flight software maintenance.
  • Prior to final selection as a partner, respondents may be required to provide documentation of demonstrated cost, schedule and technical performance as well as participate in an Industry Day event and associated activities should one be exercised by ARC.

In order to receive consideration, respondents must submit a brief response that includes the information requested in this notice, including answers to the relevant questions listed above for each proposed partnership. For each proposed partnership, the response should specify the type of partnership the responder is interested pursuing, including specific opportunities if known and highlighting work performed.


The following requirements for the response must also be met:


  1. The response must include:
    • The name, physical address, and website of the company or organization
    • A company point of contact (POC) who can answer questions from NASA ARC
    • Address, email, and phone number of the company POC
  2. The response must not exceed 10 pages (Arial font not smaller than 12-point) for each proposed partnership.
  3. Send responses in PDF format by email to ARC-Sources-Sought@mail.nasa.gov
  4. Include the synopsis number and company name in subject line of the email response.

Note:  The response will be maintained for three years after receipt.


If yours is a commercial firm, your response must also include: Size of business and number of employees; average annual revenue for past 3 years; ownership - large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned and whether the company is U.S. or internationally owned; number of years in business; and affiliate information: parent company (U.S. or international), and joint venture potential teaming partners (prime contractor if potential sub, or subcontractors if potential prime).


This notice should not be construed as a solicitation; therefore, please do not request a copy of a solicitation. It is the responder's responsibility to monitor FedBizOpps for any changes to this notice. 


Point of Contact


New Opportunities Center, ARC-Sources-Sought@mail.nasa.gov

Similar Contracts

NAICS: 541715
New
State

W7707-257355 - Human-Machine Teaming Research

Defence Research and Development Canada (DRDC) is seeking a contractor to provide specialized Human Factors research and support services on an as-and-when-requested basis through a Task Authorization Contract. The services required cover a broad range of expertise including literature reviews, concept development, experimental design, military expertise and scenario development, survey implementation, field trial logistics, data analysis (both quantitative and qualitative), knowledge elicitation, user interface design, workshop facilitation, software tool development, data science, human systems integration, human-machine teaming, human-AI systems, and comprehensive research reporting. The contract period extends from the date of award through to March 31, 2028, with the option for Canada to extend the contract for three additional one-year periods. This solicitation is managed by the Department of Public Works and Government Services under the Government of Canada, with no specific trade agreements applicable or reasons for limited tendering noted. Submissions must be received by March 20, 2026, with late proposals not accepted. The solicitation encourages interested businesses to consider partnerships, although this does not affect the formal competitive bidding process. The contract aims to support ongoing and emerging human-machine teaming research initiatives, contributing expertise critical to military and defense-related human factors challenges.

Department of Public Works and Government Services

POSTED

3 days ago

DEADLINE

in 19 days

View Details
NAICS: 541715
New
Federal

DLA Emergent IV Research and Development Program

The DLA Emergent IV Research and Development Program, issued under solicitation BAA0001-22 by the Department of Defense’s DCSO Philadelphia office, is a five-year Broad Agency Announcement (BAA) seeking innovative scientific research and experimental proposals to advance knowledge and capabilities in areas not covered by the existing R&D planning process. With a contract ceiling recently increased to $125 million, the BAA invites interested parties to submit initial White Papers addressing specific Areas of Interest (AOIs) outlined in Attachment B of the announcement. If a submission is found promising, applicants may be asked to provide further technical and cost proposals for their project. Since its original posting, the BAA has undergone an extensive series of more than thirty amendments. These include significant updates such as revising and adding AOIs (including Human-Machine Teaming Technologies, Flake Graphite-Based Solutions for PFAS contamination, and Critical Emerging Technologies Transition), changes to the Hackathon competition timelines and formats, clarification and expansion of questions and answers, addition of intellectual property and data rights clauses, adjustment of eligibility and proposal requirements, and revised Points of Contact. Of particular note are the multiple updates to address procedural improvements (such as project transition statements and government property instructions) and to ensure compliance with updated regulations. The BAA remains open for submissions until June 12, 2027, with all interested organizations encouraged to consult the latest attachments and amendments for current requirements and AOI details. Communication regarding this opportunity is managed through a designated DCSO Philadelphia R&D email contact.

Dcso Philadelphia

POSTED

3 days ago

DEADLINE

in over 1 year

View Details
NAICS: 541715
New
Federal

Final RFP Engineering Services and Science Capability Augmentation (ESSCA) II

NASA’s Marshall Space Flight Center (MSFC) has issued a draft request for proposals (DRFP) for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, aimed at soliciting feedback and questions from industry stakeholders before the final solicitation is released. The contract will support MSFC, including the Michoud Assembly Facility (MAF) and Stennis Space Center (SSC), as well as other NASA centers and headquarters, by providing a range of engineering and scientific skillsets. Key disciplines include aerosciences, avionics, flight software, materials research and testing, optics, propulsion, systems engineering, structural and mechanical expertise, test design, operability, and thermal and fluids analysis. The contractor may be required to supply engineering products, deliverables, and provide technical oversight for NASA’s flight, science, and research and development missions. ESSCA II is planned as a single-award, indefinite-delivery, indefinite-quantity (IDIQ) contract using a mix of cost-plus-award-fee, cost-plus-fixed-fee, and firm-fixed-price orders under NAICS code 541715. The contract will not use commercial item acquisition procedures and includes a potential period of performance of nearly nine years, composed of a phase-in, base, optional, and extension periods. The DRFP is for planning and industry input only, with interested parties encouraged to review and comment by October 20, 2025, and attend a virtual industry day on October 17, 2025. While proposal submission is not yet permitted, the formal Request for Proposals (RFP) is anticipated in mid-November 2025, with proposals due in January 2026. All solicitation materials will be available through SAM.gov, and it is the responsibility of potential offerors to monitor updates. The contracting lead is Sadie Moulton, and the contract is managed by MSFC in Huntsville, Alabama.

NASA Marshall Space Flight Center

POSTED

3 days ago

DEADLINE

in 15 days

View Details
NAICS: 541715
New
Federal

PRESOLICITATION NOTICE: National Space Test and training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR)

The contract pertains to the National Space Test and Training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR) effort, which supports the Operational Test and Training Infrastructure (OTTI) and System Delta 81 (SYD 81) missions. These missions aim to provide space warfighters with interconnected, scalable, and distributed live/physical and synthetic/digital ranges to enable full-spectrum testing and training. This infrastructure is critical for developing, validating, and enhancing joint warfighting capabilities in contested space environments. The contract is structured as a Multiple Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) base vehicle under which contractors will design, develop, integrate, test, and sustain advanced space-based and ground-based systems to support U.S. Space Force operations. The presolicitation notice, issued by the Department of Defense, indicates an upcoming Request for Proposals (RFP) with a solicitation number FA2553-26-R-B001, expected to be released between late February and no later than March 31, 2026. The acquisition will be conducted as a full and open competition under NAICS code 541715, with no set-asides applied. Interested parties are informed that proposals are not currently being accepted in response to this notice. The office responsible for the contract is based at Peterson Space Force Base, Colorado, and contact points are provided for further inquiries. This effort is fundamental to advancing space test and training capabilities crucial for future space operational readiness.

FA2553 Oprn Testing & Trg Infr Otti Pk

POSTED

3 days ago

DEADLINE

in 30 days

View Details