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's 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 with a 3-year base period. Proposals are due March 30, 2026, at 1:00 P.M. Central Time.
Opportunity Overview
The JMACC is designed as a highly flexible contracting vehicle to support mission-critical facility needs, allowing for the issuance of Firm-Fixed Price (FFP) task orders. The scope encompasses a broad range of construction services, including general construction, alteration, modification, renovation, maintenance, repair, demolition, design-build services, and new construction of buildings and real property.
Contract Details
- Contract Type: Multiple Award, Indefinite Delivery, Indefinite Quantity (IDIQ) with FFP Task Orders.
- Estimated Value: Total ordering value between $5,000 and $300,000,000 over the contract's life.
- Period of Performance: 3-year base period from the date of award, with potential option periods.
- Set-Aside: Full and Open Competition (Unrestricted).
- NAICS Code: 236210 (Industrial Building Construction) with a $45 million small business size standard.
- Place of Performance: Johnson Space Center, Houston, TX, and White Sands Test Facility, Las Cruces, NM.
Evaluation & Submission
Proposals will be evaluated using a Performance Price Trade Off (PPTO) method, with Past Performance being significantly more important than Price. Technical acceptability is a pass/fail assessment, requiring:
- Active SAM registration and complete representations/certifications.
- Required bonding capacity ($40 million single, $300 million aggregate).
- A Small Business Subcontracting Plan (for large businesses).
- A realistic Project Schedule.
- Proposed price for the initial task order (CLIN 0001 EA Phase 1) within 10% of the Independent Government Cost Estimate (IGCE).
Proposals must be submitted electronically via NASA’s Enterprise File Sharing and Sync Box (EFSS Box) by the deadline. Offerors are encouraged to review the specific instructions for EFSS Box submission.
Initial Task Order: EA Phase 1A
The initial task order, Engineering Consolidation Phase 1A, involves the construction of a new approximately 37,625 gross square foot Applied Spaceflight Fabrication Facility (ASFF) at JSC. This facility will support manufacturing equipment and include features like site cast concrete tilt-wall panels, deep foundations, utility extensions, storm surge protection, and bridge cranes (5-ton and 20-ton). The project targets Green Building Initiative's Green Globes Certification (two Green Globes) and requires consideration for historic preservation due to its location within the JSC Historic District. Geotechnical reports and detailed drawings are available, providing critical technical specifications for this phase.
Key Dates & Contacts
- Questions Due: March 11, 2026, 10:00 A.M. Central Time, to William Long (William.r.long@nasa.gov).
- Pre-proposal Conference & Site Visit: March 9, 2026, 2:00 P.M. - 5:00 P.M. Central Time, Building 13 Room 156, Johnson Space Center. RSVP by March 4, 2026, 9:00 A.M. CT.
- Proposal Due: March 30, 2026, 1:00 P.M. Central Time.
- Contracting Officer: William Long (William.r.long@nasa.gov).
- Contract Specialist: Kylee Salmeron (kylee.m.salmeron@nasa.gov).
Offerors are responsible for monitoring SAM.gov for amendments and are encouraged to notify the Contracting Officer of their intent to submit an offer. Mandatory use of Kahua project management software is required, with training provided by the Government.