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
NASA's 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 contract vehicle for a wide range of construction requirements at KSC and Cape Canaveral Space Force Station, Florida. The contract has a total maximum ceiling of $100,000,000 over a five-year ordering period. Phase 1 proposals are due March 2, 2026, at 3:00 PM EST.
Scope of Work
The STOCC II contract will cover diverse construction activities, including architectural repairs, roofing, electrical, mechanical/HVAC, plumbing, sheet metal, painting, demolition, concrete, masonry, welding, road repair, excavation, fire system upgrades, earthwork, and site improvements. It also includes a design-build component for urgent projects. Task orders will range from a minimum of $2,000 to a maximum of $5,000,000, with minor mechanical specialty work under the Simplified Acquisition Threshold (SAT) of $350,000.
Contract Details
- Contract Type: Multiple Award IDIQ with Firm-Fixed Price (FFP) task orders.
- Ordering Period: Five years from the contract effective date (anticipated July 2026).
- Total Ceiling: $100,000,000.
- Place of Performance: NASA KSC and Cape Canaveral Space Force Station, FL, both onsite and offsite.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a small business size standard of $45M.
Set-Aside & Eligibility
A maximum of eight (8) IDIQ contracts will be awarded:
- Three (3) awards are reserved for Small Business participants with demonstrated mechanical construction experience.
- Five (5) awards are reserved for SBA certified 8(a) firms (specifically for CLINs 0004-0006). Offerors are limited to one IDIQ contract award per firm and should submit a single proposal addressing all relevant CLINs.
Submission & Evaluation
This acquisition uses a two-phase selection procedure:
- Phase 1: Evaluation of non-price factors, including Technical Approach and Past Performance. Offerors must achieve at least a "High Confidence" rating in Past Performance to advance. Past performance will be assessed based on projects completed within the past five years, and teaming partner past performance will be included.
- Phase 2: Evaluation of price and technical factors for a design-build "seed" project. Award will be made on a best-value basis. The Government reserves the right to award without discussions. Offerors must disclose any intent to use Artificial Intelligence (AI) during contract performance and ensure their CAGE code matches their corporate address. References are encouraged to submit Past Performance Questionnaires directly to the Contracting Officer.
Key Dates
- Questions Due: February 16, 2026, 2:00 PM EST.
- Phase 1 Proposals Due: March 2, 2026, 3:00 PM EST.
- Anticipated Award Date: June 2026.