Johnson Space Center Multiple Award Construction Contract (JMACC)
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 Johnson Space Center (JSC) is soliciting proposals for the Johnson Space Center Multiple Award Construction Contract (JMACC), an Indefinite Delivery, Indefinite Quantity (IDIQ) vehicle for construction, revitalization, recapitalization, and infrastructure improvement projects at JSC and White Sands Test Facility (WSTF). This is a full and open competition. Proposals are due by April 6, 2026, at 1:00 P.M. Central Time.
Scope of Work
The JMACC is a flexible contracting vehicle supporting mission-critical facility needs. The scope includes, but is not limited to: general construction, alteration, modification, renovation, maintenance, repair, demolition, design-build services, and new construction of buildings and real property. Contractors must be capable of managing multiple task orders.
The initial task order, EA Phase 1A, involves constructing a new 37,625 gross square foot Applied Spaceflight Fabrication Facility (ASFF) at JSC. This facility will be a 42-ft tall high bay industrial manufacturing facility, designed for Green Globes Certification (two Green Globes target), and will include 5-ton and 20-ton bridge cranes. The EA Phase 1A project has a Base Bid and seven potential options, with work to be completed within 698 calendar days after Notice to Proceed (NTP).
Contract Details
- Contract Type: Multiple Award, Indefinite Delivery, Indefinite Quantity (IDIQ) with Firm-Fixed Price (FFP) task orders.
- Estimated Value: Minimum $5,000; Maximum $300,000,000 over the contract's life.
- Period of Performance: 3-year base period from award date.
- NAICS Code: 236210 (Industrial Building Construction), with a $45 million small business size standard.
- Set-Aside: Full and Open Competition.
- Small Business Subcontracting Goals: 32.1% overall.
Submission & Evaluation
Proposals must be submitted through NASA’s Enterprise File Sharing and Sync Box (EFSS Box). The acquisition uses a Performance Price Trade Off (PPTO) methodology.
- Technical Acceptability (Pass/Fail): Requires active SAM registration, complete Representations & Certifications, bonding capacity ($40M single, $300M aggregate), a Small Business Subcontracting Plan (for large businesses), a realistic Project Schedule, and a price for CLIN 0001 (EA Phase 1A) within 10% of the Independent Government Cost Estimate (IGCE). Technical proposals are not required.
- Evaluation Factors for Award: Past Performance is significantly more important than Price. Past performance will be assessed for recency (within 3 years), relevancy (projects >$35M, similar scope), and quality. Price may include discounts for early completion milestones.
Important Notes & Deadlines
- Proposal Due Date: April 6, 2026, 1:00 P.M. Central Time.
- Questions Due Date: March 16, 2026, 10:00 A.M. Central Time. Submit questions to William Long at William.r.long@nasa.gov.
- Pre-proposal Conference: An in-person conference was held on March 9, 2026. Attendance was recommended but not required.
- Submission Platform: NASA’s EFSS Box. Offerors should review submission instructions and check for firewall restrictions.
- Required Software: Kahua project management software is mandatory; training will be provided.
- Monitoring: Offerors are responsible for monitoring SAM.gov for amendments and updates.
- Ombudsman: Donna M. Shafer, donna.m.shafer@nasa.gov, 281-483-4258.