The Journal of Space Commerce

The Journal of Space Commerce

Supply Chain

The $20B Moon Base Procurement Architecture

How Three Phases Create Three Completely Different Competitive Landscapes

Mike Turner's avatar
Mike Turner
Apr 03, 2026
∙ Paid

What it Means
NASA’s March 24 Ignition event simultaneously released five procurement instruments across three Moon Base phases. Phase 1 rides existing IDIQ vehicles — two draft RFPs are live today against the CLPS 1.0 IDIQ, and the LTV Services down-select is expected in H2 2026. CLPS 2.0, which opens competition beyond the current domestic-only vendor pool, targets new contract awards by the end of Government Fiscal Year 2026. Phases 2 and 3 have confirmed hardware contributions from JAXA, ASI, and CSA but no U.S. acquisition instruments attached to them yet — only shaping RFIs. BD teams and government buyers face three non-deferrable decisions: which existing vehicle to pursue now, whether to respond to the live RFIs to shape Phase 2/3 terms, and how allied-nation hardware will be integrated into a U.S. prime contract structure.

NASA’s $20B Moon Base is not one program. It is three procurement architectures operating in sequence — each with different vehicles, different competitors, and different timelines. Companies that treat it as a single opportunity will underbid Phase 1 and miss Phase 2 entirely.

When NASA Associate Administrator Amit Kshatriya stood at the agency’s March 24 Ignition event and said “RFIs and draft RFPs in the coming days,” he was not describing a future procurement. He was describing a competitive landscape that had already split in two. On one side: a pair of draft RFPs live on SAM.gov, competing against existing IDIQ vehicles with named eligible vendors and 2028 delivery targets. On the other: two shaping RFIs for instruments that don’t exist yet, asking industry to tell NASA how to build the acquisition architecture for everything that comes after.

The distinction matters more than almost any other detail in the Moon Base announcement. Which side of that line your company sits on determines not just what you can bid today, but whether you have any mechanism at all to influence the rules of the next competition. This article maps both sides.

Five Instruments, One Announcement

The Ignition event released five procurement instruments, and the way they cluster tells you exactly how NASA is thinking about program risk.

Three instruments map to Phase 1 — the Build/Test/Learn phase running from FY2027 through approximately FY2030, backed by a $10B investment and built around a dramatically accelerated CLPS robotic delivery cadence. Two instruments map to Phases 2 and 3 — Early Infrastructure (2029–2032, another $10B) and Long-Duration habitation (2033–2036+) — where the hardware is increasingly international and the acquisition vehicles are, as of today, blank paper.

Starting with the live competitions. The CX-2 Task Order 1.0 and CS-8 Task Order 1.0 are both draft RFPs released against the existing CLPS 1.0 IDIQ. These are not standalone competitions. They are task orders against a vehicle that already has a defined vendor pool — which means if your company is not currently on CLPS 1.0, you cannot bid CX-2 or CS-8 in their current form, full stop.

CX-2 is the mission that delivers the Lunar Terrain Vehicle to the South Pole. It carries a 2028 target and a “proven heritage” clause that functions as a pre-qualification filter. That language does real work in a competition among Intuitive Machines, Firefly Aerospace, and Astrobotic — the three CLPS 1.0 incumbents with actual lunar surface track records. Phase 1 CLPS landers are expected to deliver up to four metric tons per mission, with LTV payloads limited to a 500kg maximum and capable of navigating slopes up to 20 degrees.

CS-8 is the first Moon Base payload delivery mission, also targeting end-of-2028, with deliveries running through FY2029. Its distinguishing feature is a “survive the night” performance bonus — the first formal signal that extended lunar night thermal endurance is a scored requirement, not an aspirational capability. That bonus changes the design calculus for competing landers and creates a sub-tier demand signal for advanced power and thermal management systems, specifically radioisotope devices capable of transmitting through the full lunar night cycle. Multiple task order awards are anticipated from this solicitation.

An important structural distinction: CX-2 and the LTV Services contract are separate instruments. CX-2 procures the delivery service — a CLPS lander transporting the LTV to the South Pole. The LTV Services IDIQ (Solicitation No. 80JSC026R0014) procures the rover design, build, and operations independently. These could be the same company or different companies depending on teaming.

The LTV Services competition has three named feasibility contract holders: Intuitive Machines with the Moon RACER design, Venturi Astrolab, and Lunar Outpost. The total contract potential is up to $4.6B. Notably, NASA asked all three teams to submit two proposal variants — a full-scope version and a CDR-level stopping point — positioning a potential dual-award structure where one company delivers a full demonstration rover and a second holds a “warm backup” CDR-stage contract. The LTV award slipped its end-2025 target; NASA’s March 24 “Building the Moon Base” document signals task order award within 150 days of the Ignition event, placing the competitive decision in the August–September 2026 window.

Then there are the two instruments in shaping mode. SAM.gov Notice 26-01-PS70, titled “Enabling Commercial Lunar Transportation to Support a Sustained Lunar Base,” was published March 24. It asks industry a structural question: what should the acquisition vehicle for Phase 2 cargo and crew transport look like? Not what services does NASA need — what kind of contract should govern them? The second, published March 26 and titled “Capability Demonstrations and Supply Chain Challenges for NASA Moon Base Development,” covers Phase 2 and Phase 3 hardware integration including allied-nation systems. These are not procurement instruments. They are the raw material from which instruments will be built. For companies that want to compete in Phases 2 and 3, responding to these RFIs is the only lever currently available.

Three Phases, Three Competitive Logics

User's avatar

Continue reading this post for free, courtesy of Mike Turner.

Or purchase a paid subscription.
© 2026 Ex Terra Media, LLC · Privacy ∙ Terms ∙ Collection notice
Start your SubstackGet the app
Substack is the home for great culture