Construction Management Enterprise Tool (CoMET)
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) IT Procurement Office (ITPO) is conducting market research for a Construction Management Enterprise Tool (CoMET). This initiative seeks a commercial-off-the-shelf (COTS) solution for capital program and project management, including system administration and technical support services. NASA is gathering capability statements to determine the appropriate level of competition and potential small business subcontracting goals. Responses are due by February 3, 2026.
Scope of Work
The CoMET solution will be a cloud-based, enterprise-wide Software-as-a-Service (SaaS) platform designed to manage data, information, workflows, approvals, and documents for all aspects of design and construction project management across NASA. This includes supporting various project types such as Institutional Construction of Facilities (CoF), Program-Direct CoF, Energy Savings Performance Contracts (ESPC), and others. The scope encompasses configuration, integration, testing, administration, system administration, technical support, and comprehensive training for the solution. All services will be performed remotely for all NASA centers.
Key Requirements & Standards
- Solution Type: Commercial-off-the-Shelf (COTS), specifically requiring the Kahua™ software vendor.
- Security: Must be FedRAMP Moderate Authorized and comply with NASA IT Security Policies and Federal standards.
- Accessibility: Section 508 compliant.
- Integration: Required with NASA systems including RPMS, SAP, IRIS, REAMS, Maximo, EWRS, GIS Portal, and IBM TRIRIGA.
- Ownership: NASA will own all licenses, subscriptions, hardware, and training materials.
- Authentication: Must support multi-factor authentication (MFA).
Contract & Timeline
- Type: Sources Sought / Market Research
- Duration: Anticipated 12-month Base Year with up to four (4) 12-month Option Years, plus a 6-month extension option.
- Set-Aside: Market research to determine potential set-asides for Small, 8(a), WOSB, SD-VOSB, EDWOSB, or HUBZone businesses.
- Response Due: February 3, 2026, at 11:59 PM EST.
- Published: January 20, 2026.
Submission Requirements
Interested firms should submit a capability statement (maximum 15 pages) detailing their ability to perform the effort. Submissions must include:
- Firm’s Federal Risk and Authorization Management Program (FedRAMP) status.
- Relevant past performance for similar contracts (contract number, name, description, total value, point of contact).
- An estimation on pricing for this requirement.
- Indication if the requirement is considered a commercial or commercial-type product/service.
Additional Notes
This is for information and planning purposes only; no solicitation exists. The Government will not pay for information solicited. Respondents will not be notified of evaluation results, but qualified respondents will be considered for any future solicitation. Firms are responsible for monitoring SAM.gov for any updates. All inquiries should be directed to Sara Stuart at Sara.Stuart@nasa.gov, referencing 80TECH26RFI0001.