AI helper
NASA's Information Technology Procurement Office (ITPO) is seeking capability statements from industry for next-generation mission voice communication systems to support launch processing, countdown, and mission execution for Artemis and future programs at Kennedy Space Center (KSC). The objective is to 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. Key requirements include a native IP SIP-based architecture, support for RTP/SRTP and SIP signaling, operation without T1 circuits, no single point of failure, geographic redundancy, support for 500 users scalable to 1,000, conference loops, party line communications, reliable push-to-talk (PTT), deterministic performance under load, secure IP trunking between NASA centers, multi-site routing and failover capability, and support for degraded network conditions. The system must achieve **** availability with automatic failover and redundant call control/media paths. Cybersecurity requirements include encryption (TLS, SRTP), role-based access control aligned with NIST ****, and protection against spoofing and DoS attacks. Operations should include centralized monitoring, real-time diagnostics, fault isolation, and software updates without downtime. Scalability and flexibility for rapid reconfiguration of voice loops and support for simulations/testing are also required. Deployment considerations include operation in launch control and remote environments, with on-prem, hybrid, or cloud options. The anticipated contract type is TBD (firm fixed price or hybrid) with an initial capability deployment within **** months. Vendors must submit a capability statement of no more than 10 pages, including architecture diagrams, technical approach, and identification of compliance and gaps. Key evaluation focus areas are elimination of T1 dependency, robust IP architecture, mission-critical performance, interoperability, cybersecurity, scalability, and cost. Vendors must indicate the estimated cost of the system. This synopsis is for information and planning purposes only. Responses are due by May 11, 2026, at 12 PM CST via email to ***@***. *. * and ***@***. *. * reference 80tech26rfi0018.
The capability statements must be submitted no later than May 11, 2026, at 12 PM CST. The initial capability deployment is anticipated within **** months.
The key evaluation focus areas for vendor responses include elimination of T1 dependency, robust IP architecture, mission-critical performance, interoperability, cybersecurity, scalability, and cost.
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.
The vendor must indicate the estimated cost of the system.