SOLICITATION NOTICE
Z -- NASA / John F. Kennedy Space Center_ Small Task Order Construction Contract (STOCC) II
- Notice Date
- 9/29/2025 10:48:59 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
- ZIP Code
- 32899
- Solicitation Number
- 80KSC025R0008
- Response Due
- 10/28/2025 11:00:00 AM
- Archive Date
- 11/12/2025
- Point of Contact
- Aaron Kelley, Jacqueline Brooks
- E-Mail Address
-
aaron.l.kelley@nasa.gov, jacqueline.a.brooks@nasa.gov
(aaron.l.kelley@nasa.gov, jacqueline.a.brooks@nasa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- You are invited to review and comment on the National Aeronautics and Space Administration (NASA) John F. Kennedy Space Center�s (KSC) STOCC II draft solicitation. The principal purpose of this requirement is to implement an effective contract vehicle for construction requirements at KSC. Potential offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, schedules, proposal instructions, and evaluation approaches, any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other programmatic risk issues associated with performance of the work. Potential offerors should identify any unnecessary or inefficient requirements. We also encourage comments on any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other risk issues associated with performance of the work. NASA intends to reserve 3 awards as a small business set-aside and 5 awards as an 8(a) set-aside. This competitive acquisition will result in a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) with the ability to issue Firm-Fixed Price (FFP) task orders. The contract will have an effective ordering period of 5 years from the contract effective date. The North American Industry Classification System (NAICS) code for this acquisition is 236220 and the small business size standard is $45M. Potential offerors should ensure its company is listed in the online database(s) for the following: System for award management: https://www.sam.gov/SAM/ US Government�s unique entity identifier (UEI): https://www.gsa.gov/about-us/organization/federal-acquisition-service/technology-transformation-services/integrated-award-environment-iae/iae-systems-information-kit/unique-entity-identifier-update The current planned release date for the Final Request for Proposal (RFP) is on or about December 13, 2025, with proposals being due approximately 45 calendar days later. The anticipated contract award date is June 11, 2026, with a June 11, 2026 contract effective date. The contract will be performed onsite at NASA KSC and offsite at the Contractor�s facilities. To control and protect sensitive data owned by the Government and its Contractors, NASA policy requires all acquisition-related documents be released in Adobe Portable Document Format (PDF). Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments, and links to online reference/technical/bidders library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable. The Ombudsman for this acquisition is Edwin Martinez, Edwin.Martinez-1@nasa.gov, (321) 867-1699. This DRFP is not a solicitation and NASA is not requesting proposals. This DRFP does not commit NASA KSC to pay any proposal preparation costs, nor does it obligate NASA KSC to procure or contract for this requirement. This request is not an authorization to proceed and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. Any comments regarding the DRFP should be submitted electronically in writing, to: Aaron L. Kelley, Contracting Officer, Aaron.L.Kelley@nasa.gov Benjamin P. Crafton, Lead Contracting Officer, Benjamin.P.Crafton@nasa.gov Jacqueline A. Brooks, Chief, Construction and Architect-Engineer Support Office, Jacqueline.A.Brooks@nasa.gov Comments regarding the DRFP should be submitted within 30 calendar days after the release of this DRFP. If a respondent believes their comments contain confidential, proprietary, competition sensitive, or business information, those questions/comments shall be marked appropriately. However, questions that are marked as containing confidential, proprietary, competition sensitive or business information will not be provided a Government response. The Government will consider all comments received in preparation of the Final RFP. To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFP. Some DRFP questions and comments may receive a posted response to the GPE if the Contracting Officer determines that a response would facilitate additional understanding of the solicitation. The Government may also respond via the GPE to comments and/or questions received following the issuance of the Final Request for Proposal (RFP).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ce30c71c883d4994aab1f0754c8cd7ab/view)
- Place of Performance
- Address: Orlando, FL 32899, USA
- Zip Code: 32899
- Country: USA
- Zip Code: 32899
- Record
- SN07607413-F 20251001/250929230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |