NASA AMES Engineering and Mission Operations Facility Design-Build Services
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 U.S. General Services Administration (GSA), on behalf of NASA, is conducting a Request for Information (RFI) and Sources Sought Notice (SSN) for Design-Build Services for the new Engineering and Mission Operations Facility (EMO) N278 at Ames Research Center in Moffett Field, CA. This is market research to identify qualified firms, including small businesses, and assess the impact of a Project Labor Agreement (PLA). Responses are due May 11, 2026.
Scope of Work
The project involves Design-Build Services for the NASA EMO N278 facility. Key components include:
- Demolition: Two existing buildings (Motor Pool N251, Machine Shop N216) and a gas filling station. Adaptive reuse of Building N216 is an option.
- Construction: A new facility (Building N278) with a minimum of 30,292 GSF, encompassing offices, meeting spaces, technical labs, and support areas. The facility aims to support NASA's "walkable campus" goals, reduce footprint and O&M costs, and provide a modern, sustainable work environment.
- Standards: Adherence to GSA PBS Core Buildings Standards and Building Information Modeling (BIM).
- Location: Ames Research Center, Moffett Field, CA 94035.
Contract & Timeline
- Opportunity Type: Request for Information (RFI) / Sources Sought Notice (SSN)
- Delivery Method: Anticipated Two-Phase Design-Build.
- Estimated Magnitude: $40,000,000 to $60,000,000.
- NAICS Code: 236220, Commercial and Institutional Building Construction (Small Business Size Standard: $45M).
- Estimated Award: Q3 of 2027.
- Contract Duration: Estimated 2 years (24 months).
- Response Due: May 11, 2026, at 2:00 PM Pacific Time (PT).
- Published: April 15, 2026.
Submission Requirements
Interested parties must submit a written Letter of Interest and a Capability Statement (5-page limit, PDF) addressing:
- Company information (name, UEI, address, POC).
- SAM.gov registration status.
- Business size and socioeconomic designations (8(a), SDB, HUBZone, SDVOSB, WOSB).
- Capability to perform similar projects, including three projects over $40M completed within the last seven years.
- Evidence of bonding capacity for a single project up to $60M and aggregate bonding capacity.
- Joint venture details, if applicable.
- Narrative for performing work if outside the geographic location.
- Experience with Project Labor Agreements (PLAs) and potential price impact if a PLA is required. Respondents must also complete a Google Form for specific items, with bonding capacity requiring supporting documentation in the Capability Statement.
Eligibility / Set-Aside
This RFI is conducting market research to determine if adequate competition exists among Small Business, HUBZone small business, Women-Owned small business, or Service-Disabled Veteran-Owned small business contractors to potentially set aside the requirement.
Additional Notes
This is for planning purposes only and is not a Request for Proposal (RFP). The Government will not pay for information received. A solicitation is anticipated based on this market research.