Skip to content
NASA

Aerospace Power Systems Laboratory (APSL) Facility

Solicitation: 80GRC027APSL
Notice ID: aee64b4d4cc8483d94fcbe62834899ae
TypeSources SoughtNAICS 236220PSCY1HBSet-AsideNONEDepartmentNASAStateOHPostedMar 16, 2026, 12:00 AM UTCDueMar 31, 2026, 06:00 PM UTCCloses in 15 days

Sources Sought from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: OH. Response deadline: Mar 31, 2026. Industry: NAICS 236220 • PSC Y1HB.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$27,386,702,271
Sector total $34,990,728,933 • Share 78.3%
Live
Median
$1,304,157
P10–P90
$37,485$139,400,149
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.3%
share
Momentum (last 3 vs prior 3 buckets)
+9346%($26,812,937,464)
Deal sizing
$1,304,157 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OH
Live POP
Place of performance
Ohio • 44135 United States
State: OH
Contracting office
Cleveland, OH • 44135 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
OH20260037 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Crawford
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
+38 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 38 more rate previews.
Davis-BaconBest fitstate match
OH20260037 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Crawford
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
Rate
TILE SETTER
Base $35.67Fringe $24.75
+37 more occupation rates in this WD
Davis-Baconstate match
OH20260053 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Ross
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $38.05Fringe $30.87
Rate
BRICKLAYER
Base $34.00Fringe $17.36
Rate
TILE FINISHER
Base $28.31Fringe $10.45
+29 more occupation rates in this WD
Davis-Baconstate match
OH20260027 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Brown, Butler
Rate
BRICKLAYER
Base $35.00Fringe $17.13
Rate
ELECTRICIAN
Base $38.05Fringe $22.97
Rate
POWER EQUIPMENT OPERATOR (Bulldozer)
Base $37.02Fringe $15.20
+12 more occupation rates in this WD
Davis-Baconstate match
OH20260025 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Lorain
Rate
BRICKLAYER
Base $34.04Fringe $7.88
Rate
POWER EQUIPMENT OPERATOR (Bulldozer, Backhoe/Excavator)
Base $39.46Fringe $15.15
Rate
POWER EQUIPMENT OPERATOR Crane
Base $36.92Fringe $24.01
+10 more occupation rates in this WD

Point of Contact

Name
John Christel
Email
john.a.christel@nasa.gov
Phone
216-433-8828
Name
Aaron A. Olmsted
Email
aaron.a.olmsted@nasa.gov
Phone
216-433-6843

Agency & Office

Department
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Subagency
NASA GLENN RESEARCH CENTER
Office
Not available
Contracting Office Address
Cleveland, OH
44135 USA

More in NAICS 236220

Description

Aerospace Power Systems Laboratory (APSL)

Sources Sought Notice / Market Research

***This is a Sources Sought Notice and is for Market Research purposes only. This is not a request for proposal, quotation or bid. No solicitation is currently available***

The National Aeronautics and Space Administration (NASA) Glenn Research Center (GRC) is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills, and capability to perform the work concerning the potential project described below. Responses are requested only from potential prime construction contractors with company bonding capability (single job) of approximately $65M.

Magnitude of Construction: Between $50M and $75M.

Project Name, Location and Description: Construction of the Aerospace Power Systems Laboratory (APSL) Facility, GRC, Cleveland, Ohio

  • The Government is considering issuing a solicitation,  using a two-phase design-build (DB) project delivery method, which will require the contractor to provide the Government with a complete facility and warranty based on the Request for Proposal (RFP).

  • Design and construction will guide construction of a new lab facility to support testing and development of power systems with associated site work, infrastructure, and systems at GRC. The facility will have an approximate square footage of 40,000.

  • The facility will include all primary functional spaces necessary for the operations of the facility including an open floor high bay, configurable laboratory space, open floor concept typical laboratory space, and all associated collaboration and administration spaces.

  • Construction will also consist of utilities, pavement, and additional site improvements.

  • This facility will be designed as permanent construction in accordance with all applicable building codes and NASA regulations.

Project Period of Performance: Estimated construction contract award will be second quarter of fiscal year 2027. 

Submission Details: All interested, capable, qualified under the North American Industry Classification System (NAICS) Code 236220 Commercial and Institutional Building Construction, and responsive firms are encouraged to reply to this notice request. Interested Prime Contractors Only should submit a narrative demonstrating their experience in construction projects of a similar nature as described above. Total response shall not exceed twenty pages in length.

Please include the following information in your response:

  • Company Information:
    • Company name, address, and point of contact with phone number and email address;
    • Commercial and Government Entity (CAGE) Code and Unique Entity Identifier (UEI);
    • Small business size standard, if any, to include any official teaming arrangements as a partnership or joint venture;
    • Information on your bonding capability (specifically identify capacity of performance and payment bonds (both singular and aggregate);
    • Briefly describe your firm’s current experience and understanding of the DB delivery method.

  • Unique Challenges and/or Potential Innovations: As part of your response please provide the Government with any potential innovations or challenges your company has experienced or has identified in the solicitation, design, and construction process.

  • Offerors are invited to provide comments on the Design‑Build methodology to ensure the approach is feasible and well‑aligned with industry best practices.

  • To recognize the effort required for Phase 2 concept design development, the Government is evaluating the use of stipends for shortlisted firms and invites industry input on this potential strategy.

  • Project History: Details of projects with similar scope and complexity within the past ten years to include:
    • Whether you were the Prime or a Subcontractor (if subcontractor explain your specific construction role within the contract)
    • Start and end dates of construction work
    • Project cost
    • Contract Type
    • Construction Information:
      • Construction of facilities with laboratory functions;
      • Construction of facilities requiring process piping and support for specialized gases;
      • Construction of facilities on a Government installation;
      • Construction of secure areas that include Radio Frequency (RF) Shielding or equivalent security.

The Government intends to review all responses submitted by Industry. This data will not be shared outside the Government and may be used to further refine requirements. Please do not submit proprietary information. NASA will not affirmatively release any information received in response to this notice to the public but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it. Any information submitted in response to this notice that is marked as “Confidential Commercial or Financial Information” will be considered as voluntarily submitted in accordance with the Freedom of Information Act.

Responses: Responses are to be sent via email to the Contracting Officers (aaron.a.olmsted@nasa.gov and john.a.christel@nasa.gov) and the Contracting Officer’s Representative (michael.d.titus@nasa.gov) not later than 2:00 PM EST, March 31, 2026. Reference 80GRC027APSL in the subject line of all emails. Telephone inquiries will not be accepted. Any questions should be directed to the points of contact identified above.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by NASA to form a binding contract. NASA is under no obligation to issue a solicitation or to award any contract on the basis of this notice. NASA will not pay for any information solicited under this notice. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any subsequent solicitation or synopsis.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.