Johnson Space Center Multiple Award Construction Contract (JMACC)

SOL #: 80JSC026R0008Solicitation

Overview

Buyer

National Aeronautics And Space Administration
National Aeronautics And Space Administration
NASA JOHNSON SPACE CENTER
HOUSTON, TX, 77058, United States

Place of Performance

Houston, TX

NAICS

Industrial Building Construction (236210)

PSC

Construction Of Other Industrial Buildings (Y1EZ)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 22, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 14, 2026, 6:00 PM

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), a Multiple Award, 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 14, 2026, at 1:00 P.M. Central Time.

Scope of Work

The JMACC will support a broad range of construction services, including:

  • 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 task order, EA Phase 1A, involves the construction of a new 37,625 sq ft Applied Spaceflight Fabrication Facility (ASFF) at JSC, consolidating machining capabilities. This includes site work, utility extensions, crane installations, and design for Green Globes Certification. Geotechnical reports provide critical data for retaining wall and utility installation.

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: 3-year base period.
  • NAICS Code: 236210 – Industrial Building Construction, with a small business size standard of $45.0 million.
  • Set-Aside: Full and Open Competition (Unrestricted).
  • Small Business Subcontracting Goals: 32.1% overall, with specific goals for various categories.

Evaluation Factors

Awards will be made using a Performance Price Trade Off (PPTO) process. Proposals will undergo a two-stage evaluation:

  1. Technical Acceptability (Pass/Fail): Requires active SAM registration, complete representations/certifications, required bonding capacity ($40 million single, $300 million aggregate), and a Small Business Subcontracting Plan (for large businesses). The proposed price for CLIN 0001 (EA Phase 1A) must be within 10% of the Independent Government Cost Estimate (IGCE).
  2. Evaluation Factors for Award:
    • Past Performance: Significantly more important than Price. Assessed for recency (within 3 years), relevancy (projects >$35 million, similar size/scope/complexity), and performance quality.
    • Price: Least important factor. Offerors may propose price discounts for early completion milestones.

Submission & Key Dates

  • Proposal Due Date: April 14, 2026, 1:00 P.M. Central Time.
  • Submission Method: Proposals must be submitted through NASA’s Enterprise File Sharing and Sync Box (EFSS Box). Offerors are encouraged to test submission capabilities.
  • Questions Due Date: March 16, 2026, 10:00 A.M. Central Time (already passed).
  • Pre-proposal Conference/Site Visit: Held on March 9, 2026 (already passed). Charts are available on SAM.gov.
  • Mandatory Software: Kahua is the required project management software; licenses and training will be provided by the Government.
  • Ombudsman: Donna M. Shafer, donna.m.shafer@nasa.gov.

Additional Notes

Offerors are responsible for monitoring SAM.gov for amendments. Amendment 0002 extended the proposal due date and incorporated Q&A, while Amendment 0003 incorporated remaining Q&A and replaced Attachment L-A (Model Task Order). The Government does not intend to extend the proposal due date further.

People

Points of Contact

William LongPRIMARY
Kylee SalmeronSECONDARY

Files

Files

Download
Download
View
Download
Download
View
Download
View
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7Viewing
Solicitation
Posted: Apr 8, 2026
Version 6
Solicitation
Posted: Apr 2, 2026
View
Version 5
Solicitation
Posted: Mar 26, 2026
View
Version 4
Solicitation
Posted: Mar 11, 2026
View
Version 3
Solicitation
Posted: Mar 9, 2026
View
Version 2
Solicitation
Posted: Feb 27, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 22, 2026
View