Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 02, 2025 SAM #8711
SOLICITATION NOTICE

C -- WSTF 250 Area Control Room Design

Notice Date
9/30/2025 2:39:35 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC025CTRL
 
Response Due
10/8/2025 11:00:00 AM
 
Archive Date
10/23/2025
 
Point of Contact
Elizabeth D. Tapia, Jesus Cueto (Fabian)
 
E-Mail Address
elizabeth.d.tapia@nasa.gov, jesus.f.cueto@nasa.gov
(elizabeth.d.tapia@nasa.gov, jesus.f.cueto@nasa.gov)
 
Description
NASA/White Sands Test Facility (WSTF) has a requirement for a comprehensive architectural, engineering, and surveying design services for a new building with an approximate gross floor area of 2,000 square feet. in the 250 Control Area. The design shall be completed and stamped by the appropriate professional engineer or architect. NASA/WSTF intends to issue a sole source contract to acquire the services from Write & Dalbin Architects, Inc. (WDA). WDA is the only responsible source to complete this effort as this Contractor completed the original Preliminary Engineering Report (PER) and the addendum to the PER for the new/remodel of the WSTF 250 Area Control Room in September 2024. The statutory authority permitting other than full and open competition is 10 U.S.C3204(a)(1), as implemented by FAR 6.302-1(a)(2)(iii)(A), only one responsible source and no other supplies or services will satisfy agency requirements without substantial duplication of cost to the Government. The Contractor has exclusive knowledge of the base data related to many elements of the Facilities Requirements Document including site work, civil engineering, electrical requirements, mechanical requirements, energy management requirements, controls and instrumentation, ancillary test area monitoring, physical security, and information technology. If the Government selected another source, the Government would have to incur additional costs to recreate aspects of this work that has already been obtained from WDA. This duplication of cost is not in the best interest of the Government. The Government intends to acquire a commercial services using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Elizabeth Tapia at elizabeth.d.tapia@nasa.gov and Fabian Cueto at jesus.f.cueto@nasa.gov not later than 12:00 p.m. Mountain Daylight Time on October 8, 2025. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/beb93aa1ccd84febb4bfd6ad33b8069c/view)
 
Place of Performance
Address: Las Cruces, NM 88012, USA
Zip Code: 88012
Country: USA
 
Record
SN07608533-F 20251002/250930230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.