Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2025 SAM #8755
MODIFICATION

Y -- Launch Complex (LC) 39 Area Power Duct Bank Replacement

Notice Date
11/13/2025 4:49:30 AM
 
Notice Type
Solicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC026R0007
 
Response Due
12/12/2025 11:00:00 AM
 
Archive Date
12/27/2025
 
Point of Contact
Benjamin Crafton, Jacqueline Brooks
 
E-Mail Address
benjamin.p.crafton@nasa.gov, jacqueline.a.brooks@nasa.gov
(benjamin.p.crafton@nasa.gov, jacqueline.a.brooks@nasa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
You are invited to submit a Phase 1 proposal in response to the National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) Launch Complex (LC) 39 Area Duct Bank System Replacement solicitation. The principal purpose of this requirement is to provide for the design and construction of the Launch Complex (LC) 39 Area Duct Bank System Replacement utilizing the Design Build Institute of America (DBIA) best practices. NASA will conduct this acquisition as a full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 237130, Power and Communication Line and Related Structures Construction, and the small business size standard is $45M. This competitive acquisition will result in a firm-fixed-price (FFP) contract. Incentive Milestones may also be considered for this procurement. The anticipated contract award date is July 31, 2025. The contract will be performed on-site at NASA KSC. The solicitation will be conducted as a Two-Phase Design-Build Selection Procedure in accordance with the model deviation text for FAR Part 36, FAR 36.101-2 and FAR Part 15. In Phase I, Offerors are required to submit a Proposal detailing their Technical Approach, Technical Qualifications, and Past Performance on Relevant Projects, demonstrating their capability to successfully execute the design-build construction project outlined above. The Government will evaluate the submissions based on the criteria specified in the Phase 1 RFP and will select no more than three of the most highly qualified Offerors to advance to Phase II. Offerors not selected for Phase II will be notified in accordance with FAR 15.206-1(a). In Phase II, a Request for Proposal (RFP) will be issued to the selected Offerors from Phase I, requesting detailed proposals that address both Technical and Price. The Government will evaluate these proposals based on the criteria outlined in Section M of the RFP for Phase II. Ultimately, the Government will select the proposal that represents the best overall value. The unsuccessful Offerors in Phase II who provide a qualifying responsive proposal will be paid a stipend of up to $200,000 to offset the costs associated with the preparation of required conceptual designs as part of Phase II. Potential offerors should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development. Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in sections L and M take precedence: 1. Disclosure of Artificial Intelligence (AI) Use During Contract Performance. Offerors are required to disclose any intent to propose, or plan to use, Artificial Intelligence (AI) to perform contract requirements. 2. Be advised, in accordance with provision L.4, Volume IV, paragraph b., offerors need to encourage their references to submit their Past Performance Questionnaires directly to the Contracting Officer prior to proposal due date. 3. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal. In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy required 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 Center Ombudsman for this acquisition is: Edwin Martinez, Acting Procurement Officer Phone: 321-867-1699 Email: Edwin.martinez-1@nasa.gov This Phase 1 RFP does not commit NASA John F. Kennedy Space Center to pay any proposal preparation costs, nor does it obligate NASA John F. Kennedy Space Center to procure or contract for these services. 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. Phase 1 Proposals submitted in response to this solicitation shall be due no later than December 12, 2025 at 2PM EST. In accordance with NFS 1815.201(f), a �Blackout Notice� has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below. All questions regarding this RFP should be submitted in writing, electronically to jacqueline.a.brooks@nasa.gov and benjamin.p.crafton@nasa.gov on or before November 21, 2025. Offerors are encouraged to submit questions as soon as possible for consideration. Thank you for your support and interest in this acquisition. We look forward to receiving your proposals.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f96e1856889f49c1b7e98162a6900a69/view)
 
Place of Performance
Address: FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN07640722-F 20251115/251113230038 (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.