MACC-III Sources Sought 80SSC024K0002 (2024)

The National Aeronautics and Space Administration (NASA) Stennis Space Center (SSC) is seeking capabilities from all categories of Businesses for the purpose of determining the appropriate level of competition and/or Small Business subcontracting goals for the new requirement for a Regionalized Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract Three (MACC-III). The Regionalized MACC-III contract has an anticipated composite value of approximately $1 Billion and shall support both Construction and Design/Build Services at John C. Stennis Space Center (SSC), Johnson Space Center (JSC) including White Sands Test Facility (WSTF), Kennedy Space Center (KSC), Marshall Space Flight Center (MSFC), including Michoud Assembly Facility (MAF). NASA anticipates utilizing the MACC-III for the future construction and design build requirements at each of the above locations, utilizing approximately 30 different large and small business contractors from various category types. All Contractors are HIGHLY ENCOURAGED to respond to this announcement so that NASA can properly evaluate your capabilities and bonding limitation in order to properly develop our requirements. Note: The previous acquisition under MACC-II limited the 8(a) category to 8(a) BD Participants located in TX, FL, AL, MS, LA and NM geographical areas, and other 8(a) construction firms having a SBA approved bona fide place of business within the geographical boundaries of TX, FL, AL, MS, LA and NM. The firms must have the applicable NAICS Code of 236210. All other 8(a) BD Participants were deemed ineligible to submit offers.

Work under this contract is to be performed in the general construction category to include, but is not limited to, architectural, mechanical, electrical, plumbing, civil, structural, roofing, building renovations, new building construction, demolition, United States Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) projects, and design/build projects. This contracting tool will allow each Center the capability to quickly procure general construction services and provide a tool to assist with natural disaster contingency planning. Stennis Space Center will administer the basic contracts and each of the above-mentioned Centers will issue Task Orders and handle all administration of the Task Orders against any or all categories of the MACC-III contract. The Government reserves the right to consider Small, 8(a), Veteran Owned, Service-Disabled Veteran Owned, Women-owned, HUBZone business set-aside or full and open competition based on responses hereto for this requirement. NASA is contemplating a certain number of small business awards in each of the above referenced small business categories as well as a certain number of unrestricted awards to contractors who have higher bonding capacity. Your response will assist in determining the number of awards NASA can anticipate making in each category. Interested contractors shall possess the necessary capabilities to perform general construction services under NAICS code 236210, 236220, 237110, 237130 and/or 237990, with bonding capacities as follows: Small business contractors must have at least a single project bonding capacity of $10 million and an aggregate bonding capacity of at least $30 million. Unrestricted contractors are small businesses or large businesses who have a large bonding capacity (NASA anticipates large bonding to be at least $100 million per project and an aggregate bonding capacity of at least $1 Billion. The responses to the sources sought will assist in defining that amount.) SSC encourages qualified joint venture business arrangements to submit capability statements. Contractors MUST provide a signed letter from your bonding company identifying your single project bonding capability as well as your aggregate bonding capability. The bonding letter will not count against the (5) page capability statement limit. NOTE: MACC-III required the following: Full and Open Bonding Capacity of $100 million per project and $1 billion aggregate, and Small Business Bonding Capacity of $10 million per project and $30 million aggregate.

Based upon information submitted by interested companies, NASA will determine the final content of the future solicitation or solicitations. Capability Statements shall be submitted electronically only, via e-mail, to the primary Point of Contact (POC) listed below using the MACC-III Sources Sought Response spreadsheet (which addresses the following ten items as numbered in the columns included in the spreadsheet), as well as any written Capability Statement which shall NOT exceed five (5) pages (including attachments) and shall contain a minimum font size of 12. Your response to this Capability request shall include the following information: (1) Company's name, address, primary POC and telephone number, (2) Size of business; (3) Company's average annual revenues for the past three (3) years and total number of employees; (4) Number of years in business; (5) Company's Government size standard/type classification (Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran, HUB Zone business); (6) Affiliate information: parent company, joint venture partner(s), potential teaming partner(s), prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact position, address and phone number; (7) Applicable NAICS Code(s); (8) UEI number (Unique Entity ID Number) and cage code (for prime and subcontractor/teaming partners); (9) A signed letter from your surety company indicating your current bonding capability per project as well as your aggregate bonding limits; (10) Describe your ability/capabilities to respond to each NASA Center identified above for future task orders. It is not sufficient to provide only general brochures or generic information, please provide details on how you could support the four major Centers and their associated locations as well as other locations throughout the Agency.

Responses shall include the company's specific area of interest in this acquisition as being either a potential prime contractor or subcontractor. NOTICE: Copies of your Capability Statement may be made available to prospective offerors in the future. Therefore, it should not contain company-sensitive information. The response due date is June 30, 2024. Please reference 80SSC024K0002 in any response. SSC is also interested in contractor feedback related to suggestions for contract type and subcontracting opportunities. This feedback may be used as research information to support the analysis and development of subcontracting goals and potential teaming arrangements. This feedback should also be provided electronically via e-mail to the primary POC by June 30, 2024. Any questions shall be submitted in writing via e-mail to the POC listed below to be used for consideration in the development of the requirements. Point of Contact: Cheryl Timko, Contracting Officer, E-mail Cheryl.A.Timko@nasa.gov. Please submit all questions and data through the above e-mail address only, NOT through the phone or fax numbers. NO SOLICITATION EXISTS; THERFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized on sam.gov. It is the responsibility of the potential offerors to monitor the site for the release of any solicitation or synopsis. This request for information is for planning purposes ONLY and is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents.

Background

The National Aeronautics and Space Administration (NASA) Stennis Space Center (SSC) is seeking capabilities from all categories of Businesses for the purpose of determining the appropriate level of competition and/or Small Business subcontracting goals for the new requirement for a Regionalized Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract Three (MACC-III). The Regionalized MACC-III contract has an anticipated composite value of approximately $1 Billion and shall support both Construction and Design/Build Services at John C. Stennis Space Center (SSC), Johnson Space Center (JSC) including White Sands Test Facility (WSTF), Kennedy Space Center (KSC), Marshall Space Flight Center (MSFC), including Michoud Assembly Facility (MAF). NASA anticipates utilizing the MACC-III for the future construction and design build requirements at each of the above locations, utilizing approximately 30 different large and small business contractors from various category types. All Contractors are HIGHLY ENCOURAGED to respond to this announcement so that NASA can properly evaluate your capabilities and bonding limitation in order to properly develop our requirements.

Work Details

Work under this contract is to be performed in the general construction category to include, but is not limited to, architectural, mechanical, electrical, plumbing, civil, structural, roofing, building renovations, new building construction, demolition, United States Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) projects, and design/build projects. This contracting tool will allow each Center the capability to quickly procure general construction services and provide a tool to assist with natural disaster contingency planning. Stennis Space Center will administer the basic contracts and each of the above-mentioned Centers will issue Task Orders and handle all administration of the Task Orders against any or all categories of the MACC-III contract. The Government reserves the right to consider Small, 8(a), Veteran Owned, Service-Disabled Veteran Owned, Women-owned, HUBZone business set-aside or full and open competition based on responses hereto for this requirement. NASA is contemplating a certain number of small business awards in each of the above referenced small business categories as well as a certain number of unrestricted awards to contractors who have higher bonding capacity.

Place of Performance

The work under this contract is expected to be performed at John C. Stennis Space Center (SSC), Johnson Space Center (JSC) including White Sands Test Facility (WSTF), Kennedy Space Center (KSC), Marshall Space Flight Center (MSFC), including Michoud Assembly Facility (MAF).

MACC-III Sources Sought 80SSC024K0002 (2024)

References

Top Articles
Latest Posts
Article information

Author: Madonna Wisozk

Last Updated:

Views: 6156

Rating: 4.8 / 5 (48 voted)

Reviews: 87% of readers found this page helpful

Author information

Name: Madonna Wisozk

Birthday: 2001-02-23

Address: 656 Gerhold Summit, Sidneyberg, FL 78179-2512

Phone: +6742282696652

Job: Customer Banking Liaison

Hobby: Flower arranging, Yo-yoing, Tai chi, Rowing, Macrame, Urban exploration, Knife making

Introduction: My name is Madonna Wisozk, I am a attractive, healthy, thoughtful, faithful, open, vivacious, zany person who loves writing and wants to share my knowledge and understanding with you.