Aerospace Power Systems Laboratory (APSL) Facility
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Aeronautics and Space Administration (NASA) Glenn Research Center (GRC) is conducting market research through a Sources Sought Notice for the construction of the Aerospace Power Systems Laboratory (APSL) Facility in Cleveland, Ohio. This is for a potential two-phase design-build project with an estimated magnitude of $50M to $75M. Responses are due by March 31, 2026.
Scope of Work
The project involves constructing a new 40,000 sq ft laboratory facility at GRC to support power systems testing and development. The facility will include:
- An open floor high bay
- Configurable laboratory space
- Open floor concept typical laboratory space
- Associated collaboration and administration spaces
- Utilities, pavement, and additional site improvements The facility will be designed as permanent construction in accordance with all applicable building codes and NASA regulations.
Contract & Timeline
- Type: Sources Sought / Market Research (potential two-phase Design-Build)
- Magnitude: Between $50M and $75M
- Set-Aside: None specified (market research for Small and Other-than-Small Businesses)
- Estimated Award: Second quarter of fiscal year 2027
- Response Due: March 31, 2026, 2:00 PM EST
- Published: March 16, 2026
Submission Requirements
NASA GRC seeks responses from prime construction contractors with bonding capability of approximately $65M, qualified under NAICS Code 236220 (Commercial and Institutional Building Construction). Responses should not exceed 20 pages and must include:
- Company information (name, address, POC, CAGE, UEI, small business size, bonding capacity)
- Experience and understanding of the Design-Build (DB) delivery method
- Unique challenges/innovations related to DB
- Comments on the DB methodology and potential use of stipends for shortlisted firms
- Project history (within 10 years) of similar scope/complexity, detailing prime/sub role, dates, cost, contract type, and experience with lab functions, process piping, government installations, and secure areas (e.g., RF Shielding).
Additional Notes
This notice is for market research only and is not a request for proposal. NASA will not pay for information submitted. Responses will inform future contract strategy. Do not submit proprietary information.