NASA / John F. Kennedy Space Center_ Small Task Order Construction Contract (STOCC) II
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) John F. Kennedy Space Center (KSC) is soliciting proposals for the Small Task Order Construction Contract (STOCC) II, a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This opportunity aims to establish an effective vehicle for a wide range of construction requirements at KSC and Cape Canaveral Space Force Station, Florida. The acquisition is structured with Small Business and 8(a) set-asides. Phase 1 Proposals are due March 2, 2026, at 3:00 PM EST.
Scope of Work
The STOCC II contract will cover diverse design, construction, and engineering projects, including minor construction, renovation, repair, design-build, and emergency work. Task orders, ranging from $2,000 to $5,000,000, will encompass trades such as architectural repairs, roofing, electrical, mechanical/HVAC, plumbing, sheet metal, painting, demolition, concrete, masonry, welding, road repair, excavation, fire system upgrades, earthwork, and site improvements. A design-build component is included for urgent projects.
Contract Details
This will be a Multiple Award IDIQ contract with the ability to issue Firm-Fixed Price (FFP) task orders. It will have a five-year ordering period, anticipated from June 2026 to June 2031, with a total maximum ceiling of $100,000,000. Performance will occur both onsite at NASA KSC and offsite at contractor facilities.
Set-Aside Information
A maximum of eight IDIQ contracts will be awarded. Three awards are reserved for Small Business participants with demonstrated experience in mechanical construction requirements valued under the Simplified Acquisition Threshold (SAT). The remaining five awards are reserved for SBA certified 8(a) participants. The NAICS code is 236220, with a small business size standard of $45M.
Submission & Evaluation
This acquisition uses a two-phase selection procedure (FAR Part 36). Phase 1 involves the evaluation of non-price factors, specifically technical approach and past performance. Phase 2 will evaluate the price for a design-build 'seed' project. Awards will be made on a best-value basis, and the Government reserves the right to award without discussions. Proposals must be submitted electronically via email.
Key Proposal Requirements
Offerors must submit a comprehensive proposal adhering to the provided checklist, including an Executive Summary, SF 1442, Reps and Certs, Bonding Capacity, a Technical Approach (25 pages), and Past Performance (25 pages, detailing 5 recent and relevant projects). A Safety and Health Program (Attachment 9) is also required, detailing TRIR, DART rates, EMR, and OSHA history. Offerors must disclose any intent to use Artificial Intelligence (AI) during contract performance and ensure their CAGE code matches their corporate address. Past Performance Questionnaires should be submitted directly by references to the Contracting Officer.
Important Notes
All acquisition-related documents, including the solicitation and attachments, are available on www.SAM.gov. Offerors should monitor the website for updates. Questions regarding the RFP should be submitted in writing, electronically, to the listed Contracting Officers: Aaron L. Kelley (aaron.l.kelley@nasa.gov) or Benjamin P. Crafton (benjamin.p.crafton@nasa.gov).