NASA 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) intends to issue a Request for Proposal (RFP) for the Johnson Space Center Multiple Award Construction Contract (JMACC). This will be a Multiple Award, Firm-Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicle to support a broad range of construction-related services at JSC and the White Sands Test Facility (WSTF). The opportunity is Unrestricted Full and Open and has an estimated ordering value of up to $300,000,000.
Purpose & Scope
The JMACC aims to provide rapid and flexible execution of construction, revitalization, recapitalization, and infrastructure improvement projects, funded by the Big Beautiful Bill Act (H.R.1). The scope includes, but is not limited to:
- General construction
- Alteration, modification, and renovation of existing facilities
- Maintenance and repair of buildings and infrastructure
- Demolition of structures and facilities
- Design-build services
- New construction of buildings, facilities, and real property
The initial "seed project" for evaluation will be the Engineering Consolidation, Phase 1A, which involves constructing a new 37,625 sq ft Applied Spaceflight Fabrication Facility (ASFF) at JSC, designed for Green Globes Certification.
Contract Details
- Contract Type: Multiple Award IDIQ (FFP Task Orders)
- Estimated Ordering Value: Minimum $5,000 – Maximum $300,000,000
- Period of Performance: 3-Year Base + Option to Extend Services for 6 Months
- Set-Aside: N/A - Unrestricted Full and Open
- NAICS Code: 236210 – Industrial Building Construction (Small Business Size Standard: $45.0 million)
- Mandatory Software: Contractors will be required to use Kahua for project management, with government-provided software and licenses.
Evaluation & Submission
- Anticipated Solicitation Release: February 6, 2026
- Anticipated Proposal Due: March 2, 2026
- Evaluation Method: Best Value Performance Price Trade-Off (PPTO).
- Technical Acceptability (Pass/Fail):
- Active SAM registration
- Complete Representations & Certifications
- Required bonding capacity ($40 million single, $300 million aggregate)
- Small Business Subcontracting Plan (for large businesses)
- Realistic Project Schedule
- Proposed price for CLIN 0001 (EA Phase 1) within 10% of the Independent Government Cost Estimate (IGCE)
- Award Factors:
- Past Performance: Significantly more important than Price. Assessed for recency (within 3 years), relevancy (projects >$35 million, similar scope/complexity), and quality.
- Price: Least important factor.
Key Information for Bidders
This is a pre-solicitation notice; no proposals are being requested at this time. Bidders should monitor SAM.gov for the official solicitation release. A pre-proposal conference and site visit may be scheduled, with details to be provided in the solicitation.
- Point of Contact: William Long (william.r.long@nasa.gov)