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. Proposals are due March 30, 2026, at 1:00 P.M. Central Time.
Purpose & Scope
The JMACC is designed as a flexible contracting vehicle to support mission-critical facility needs, covering a broad range of construction services. This includes, but is not limited to: general construction; alteration, modification, and renovation of existing facilities; maintenance and repair of buildings and infrastructure; demolition; design-build services; and new construction of buildings, facilities, and real property. The initial task order, EA Phase 1A (Building 70), involves the construction of a new 37,500 SF highbay machine shop at JSC, with several potential options.
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 life.
- Period of Performance: A 3-year base period, commencing April 27, 2026, and potentially including option periods.
- NAICS Code: 236210 (Industrial Building Construction), with a small business size standard of $45 million.
- Set-Aside: Full and Open Competition.
- Place of Performance: Primarily Johnson Space Center (Houston, TX) and White Sands Test Facility (Las Cruces, NM), with potential for other NASA centers.
Key Requirements & Deliverables
Contractors must have the capacity to manage multiple concurrent Task Orders. Work must comply with federal, state, and local laws, NASA/JSC construction standards, and specific task order requirements. Mandatory use of Kahua project management software is required, with training provided by the Government. For the initial EA Phase 1A task order, work is expected to be completed within 698 calendar days after Notice to Proceed, with liquidated damages for delays.
Submission & Evaluation
- Proposals Due: March 30, 2026, 1:00 P.M. Central Time.
- Submission Method: Via NASA’s Enterprise File Sharing and Sync Box (EFSS Box). Offerors are encouraged to test file submissions.
- Evaluation: A Performance Price Trade Off (PPTO) methodology will be used.
- Technical Acceptability (Pass/Fail): Requires active SAM registration, complete representations/certifications, bonding capacity ($40 million single, $300 million aggregate), a Small Business Subcontracting Plan (for large businesses), a realistic Project Schedule, and a proposed price for CLIN 0001 within 10% of the Independent Government Cost Estimate.
- Evaluation Factors: Past Performance is significantly more important than Price. Past performance will be assessed for recency (within 3 years), relevancy (projects >$35 million), and quality. Price is the least important factor.
- Small Business Subcontracting Goals: Overall goal of 32.1%, with specific goals for various small business categories.
Important Notes
- All questions regarding this RFP were due by March 11, 2026, 9:00 A.M. Central Time.
- A pre-proposal conference and site visit were held on March 9, 2026.
- Offerors are responsible for monitoring SAM.gov for amendments.
- Contact the Contracting Officer, William Long (William.r.long@nasa.gov), or Contract Specialist Kylee Salmeron (kylee.m.salmeron@nasa.gov) for assistance with EFSS Box access.