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 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 (Houston, TX) and White Sands Test Facility (WSTF, Las Cruces, NM). This is a Full and Open Competition. Proposals are due April 14, 2026, at 1:00 P.M. Central Time.
Purpose & Scope
The JMACC aims to provide a highly flexible contracting vehicle to support mission-critical facility needs. The scope of work includes, but is not limited to:
- 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 constructing a new 37,625 gross square foot Applied Spaceflight Fabrication Facility (ASFF) at JSC, estimated to be less than $35 million.
Contract Details
- Contract Type: Multiple Award, Indefinite Delivery, Indefinite Quantity (IDIQ) with Firm-Fixed Price (FFP) task orders.
- Estimated Value: Total ordering value between $5,000 (minimum) and $300,000,000 (maximum).
- Period of Performance: A 3-year base period from the date of award.
- NAICS Code: 236210 (Industrial Building Construction), with a small business size standard of $45 million.
- Set-Aside: None (Full and Open Competition).
- Mandatory Software: Contractors must use Kahua project management software, provided by the Government, and undergo mandatory training.
Evaluation & Submission
Proposals will be evaluated using a Best Value Performance Price Trade-Off (PPTO) methodology. Technical acceptability is assessed on a Pass/Fail basis, requiring active SAM registration, complete representations and certifications, a bonding capacity of $40 million single and $300 million aggregate, a realistic project schedule, and the initial task order price within 10% of the Independent Government Cost Estimate (IGCE). For large businesses, a Small Business Subcontracting Plan is required. Past Performance is significantly more important than Price. Past performance will be evaluated for recency (within 3 years) and relevancy (projects exceeding $35 million). A bid guarantee of 20% of the bid price or $3,000,000 (whichever is less) is required for the initial task order. The price hold period is 90 days.
Key Dates & Contacts
- Proposal Due Date: April 14, 2026, 1:00 P.M. Central Time.
- Submission Method: NASA’s Enterprise File Sharing and Sync Box (EFSS Box).
- Questions Due Date: March 16, 2026, 10:00 A.M. Central Time.
- Pre-proposal Conference/Site Visit: Held on March 9, 2026, at JSC. Attendance was recommended but not required.
- Contracting Officer: William Long (William.r.long@nasa.gov)
- Contract Specialist: Kylee Salmeron (kylee.m.salmeron@nasa.gov)
- Ombudsman: Donna M. Shafer (donna.m.shafer@nasa.gov, 281-483-4258)