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 acquisition 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 maximum ceiling of $100,000,000 over a five-year ordering period. Proposals for Phase 1 are due March 2, 2026, at 3:00 PM EST.
Scope of Work
The STOCC II contract will cover diverse construction, renovation, repair, and engineering projects. This includes 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. Task orders will range from $2,000 to $5,000,000.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) task orders.
- Ordering Period: Five (5) years from the contract effective date (anticipated July 2026).
- Maximum Ceiling: $100,000,000.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a small business size standard of $45M.
- Place of Performance: NASA Kennedy Space Center and Cape Canaveral Space Force Station, Florida.
- Anticipated Award Date: June 2026.
Set-Aside
This acquisition is a Total Small Business Set-Aside and an 8(a) Set-Aside. Up to eight (8) IDIQ contracts will be awarded:
- Three (3) awards are reserved for Small Business (SB) participants with demonstrated mechanical construction experience.
- Five (5) awards are reserved for SBA certified 8(a) participants.
- Specific Contract Line Item Numbers (CLINs 0004-0006) are reserved for 8(a) firms.
Submission & Evaluation
The 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.
- Phase 2: Evaluation of price for a design-build 'seed' project.
- Awards will be made on a best-value basis. The Government may award without discussions.
- Proposal Due Date: March 2, 2026, at 3:00 PM EST.
- Questions Due Date: February 16, 2026, at 2:00 PM EST.
- Proposals must be submitted electronically via email and remain valid for 180 calendar days.
- Offerors must disclose any intent to use Artificial Intelligence (AI) during contract performance and have a CAGE code matching their corporate address. Past Performance Questionnaires should be submitted directly to the Contracting Officer by references.
Proposal Structure Highlights
Proposals require three volumes:
- Volume I (Administrative): Includes Executive Summary, SF 1442 (signed, acknowledging amendments, CAGE/UEI), Section G, Section K Reps/Certs, proposal validity statement, and bonding capacity.
- Volume II (Technical Approach, 25 pages): Covers Program Management (overall approach, organization, quality control) and Planning & Execution (workload, subcontract management), incorporating design-build approaches.
- Volume III (Past Performance, 25 pages): Details five recent and relevant projects (within the last 5 years), Past Performance Evaluation Questionnaires Contact Lists (excluded from page limit), and Teaming Partners Project Listing. A Safety and Health Program (Attachment 9) is also required (no page limit).