NASA / John F. Kennedy Space Center_ Small Task Order Construction Contract (STOCC) II
Solicitation from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: FL. Response deadline: Mar 02, 2026. Industry: NAICS 236220 • PSC Z2AA.
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 236220
Description
Amendment 0002 updates Attachment 8 - Proposal Submission Checklist to accurately reflect the requirements outlined in Section L.4 of the Request for Proposal (RFP).
Amendment 0001 incorporates pre-proposal questions and answers provided in Attachment 13 and includes a revised Attachment 8. Sections G, L, and M have been updated based on the questions received. Any questions submitted that are not addressed in this amendment will be covered in a future amendment to the solicitation.
You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) John F. Kennedy Space Center’s (KSC) STOCC II solicitation. The principal purpose of this requirement is to implement an effective contract vehicle for construction requirements at KSC.
NASA will conduct this acquisition reserving up to 3 awards as small business set-aside and up to 5 awards as an 8(a) set-aside competition. The North American Industry Classification System (NAICS) code for this acquisition is 236220 and the small business size standard is $45M.
This competitive acquisition will result in a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) with the ability to issue Firm-Fixed Price (FFP) task orders. The contract will have an effective ordering period of 5 years from the contract effective date.
The anticipated contract award date is June 2026, with a July 2026 contract effective date. The contract will be performed onsite at NASA Kennedy Space Center and offsite at the Contractor’s facilities.
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:
- Site Visit. The Phase 2 RFP will include an opportunity to visit the site pre-proposal for the seed project.
- 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.
- NASA, KSC appreciates the comments received in response to the release of the Draft RFP. These comments resulted in improvements to the quality and content of the overall RFP. Offerors should review the RFP in its entirety, as its content has changed from the Draft RFP version.
- Be advised, in accordance with L, offerors need to encourage their references to submit their Past Performance Questionnaires directly to the Contracting Officer prior to proposal due date.
- Below is the Source Selection Authority (SSA). The name provided is for informational purposes only and other than the Contracting Officer, these individuals shall not be contacted regarding this acquisition. The Government may change personnel associated with this acquisition at its discretion.
SSA: Kristen Ender, NE-TK
Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal.
Regulation (FAR) provision 52.215-1, INSTRUCTIONS TO OFFERORS–COMPETITIVE ACQUISITION, in particular paragraph (f)(4) which discusses the Government’s right to award a contract without discussions.
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 can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
This RFP does not commit NASA, Kennedy Space Center to pay any proposal preparation costs, nor does it obligate NASA, 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 March 2, 2026 at 3:00 PM 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:
Aaron L. Kelley, Contracting Officer, Aaron.L.Kelley@nasa.gov
Benjamin P. Crafton, Lead Contracting Officer, Benjamin.P.Crafton@nasa.gov
Jacqueline A. Brooks, Chief, Construction and Architect-Engineer Support Office, Jacqueline.A.Brooks@nasa.gov
Thank you for your support. We look forward to receiving your proposals.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.