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's 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 and White Sands Test Facility (WSTF). This is a Full and Open Competition (Unrestricted). The initial task order, EA Phase 1A, involves constructing a new Applied Spaceflight Fabrication Facility (ASFF) at JSC. Proposals are due by April 6, 2026, at 1:00 P.M. Central Time.
Opportunity Overview
The JMACC is designed as a highly flexible contracting vehicle to support mission-critical facility needs, funded in part by the Big Beautiful Bill Act (H.R.1). The scope of work is broad, encompassing general construction, alteration, modification, renovation, maintenance, repair, demolition, design-build services, and new construction of buildings and real property. The initial task order, EA Phase 1A, is for a new 37,625 gross square foot, 42 ft tall high bay industrial manufacturing facility (Building 70) at JSC, estimated to be less than $35M. Work for this task order is expected to be completed within 698 calendar days after Notice to Proceed, with liquidated damages of $2,304.47 per day for delays.
Contract Details
- Contract Type: Multiple Award, Indefinite Delivery, Indefinite Quantity (IDIQ) with Firm-Fixed Price (FFP) task orders.
- NAICS Code: 236210 (Industrial Building Construction), with a $45 million small business size standard.
- Set-Aside: Full and Open Competition (Unrestricted).
- Period of Performance: A base period of three (3) years from the date of award.
- Estimated Value: Total ordering value is estimated between $5,000 (minimum) and $300,000,000 (maximum).
- Place of Performance: Primarily Johnson Space Center (Houston, TX) and White Sands Test Facility (Las Cruces, NM).
- Mandatory Software: Kahua is the required project management software; licenses and training will be provided by the Government.
Submission & Evaluation
- Proposal Due: April 6, 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 review submission instructions and check for firewall restrictions.
- Evaluation: A Performance Price Trade Off (PPTO) methodology will be used. Proposals will undergo two stages:
- Technical Acceptability (Pass/Fail): Based on active SAM registration, complete Representations & Certifications, required bonding capacity ($40 million single, $300 million aggregate), a Small Business Subcontracting Plan (for large businesses), a realistic Project Schedule, and a proposed price for CLIN 0001 within 10% of the Independent Government Cost Estimate (IGCE). Technical proposals are not evaluated.
- Evaluation Factors for Award: Past Performance is significantly more important than price. Past performance will be assessed for recency (within 3 years), relevancy (projects >$35 million), and quality. Price is the least important factor.
- Small Business Subcontracting Goals: Large businesses must submit a Small Business Subcontracting Plan with an overall goal of 32.1%.
Key Dates & Contacts
- Questions Due: March 16, 2026, 10:00 A.M. Central Time. Submit questions electronically to the Contracting Officer.
- Pre-proposal Conference/Site Visit: An in-person conference was 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)
- Offerors are responsible for monitoring SAM.gov for amendments and downloading all solicitation documents.