Request for Information - NASA Enterprise Grounds Maintenance, Custodial, and Pest Control Services
ID: 80NSSC25Q7015Type: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking information from potential vendors regarding Grounds Maintenance, Custodial, and Pest Control Services across various NASA facilities, including but not limited to the Stennis Space Center in Mississippi. This Request for Information (RFI) aims to gather capability statements from interested parties to inform a future procurement strategy, which may involve consolidating current contracts into a single enterprise vehicle or maintaining individual contracts for each service type. The services are critical for ensuring a clean and safe environment that supports NASA's mission objectives, with a performance period anticipated to last up to ten years, beginning at the end of 2025. Interested vendors must submit their capability statements by May 9, 2025, and can direct inquiries to Kaitlyn Besanson at kaitlyn.besanson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA is issuing a Request for Information (RFI) to identify potential vendors for Grounds Maintenance, Custodial, and Pest Control services across various locations, including Ames Research Center, Johnson Space Center, and Kennedy Space Center, among others. The initiative seeks to consolidate these services into one or several enterprise-wide contracts, which would enhance procurement efficiency and standardization, thereby improving management across NASA facilities. The RFI invites responses from interested parties, especially small businesses, to provide capability statements that demonstrate their experience in specific service areas and states. NASA aims to determine whether combining services into a single contract is feasible and identify a pool of vendors for future procurement. The scope includes various core service areas such as grounds maintenance (tree and vegetation care), custodial services (cleaning floors and restrooms), and pest control. Vendors must show proven expertise in these areas over the last three years. Interested parties must submit their responses by May 2, 2025, with an industry day planned to discuss the requirements further. Ultimately, this RFI is part of NASA's market research to develop an effective acquisition strategy for these critical services.
    NASA has issued a Request for Information (RFI) to source providers for Grounds Maintenance, Custodial, and Pest Control Services across multiple centers and field activities nationwide. The goal is to streamline procurement processes, create consistency, and improve operational visibility by potentially establishing a centralized contracting mechanism. NASA is evaluating the feasibility of combining these services into one enterprise vehicle or creating individual contracts for each service type. The RFI seeks capability statements from interested vendors, including small businesses, to inform the acquisition strategy based on the capabilities available in different states. Vendors should demonstrate experience in specific core service areas and provide details on their past performance. The procurement strategy may involve Multiple Award Blanket Purchase Agreements (BPAs) or Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. The document emphasizes the importance of efficient service delivery tailored to the specific needs of different NASA facilities and highlights the need for innovation and resource scaling. Interested parties are required to submit their responses by May 9, 2025, including company information, capability statements, and examples of relevant past projects. NASA aims to use this feedback to shape its future contracting decisions effectively.
    The NASA Enterprise Grounds and Custodial Services draft Performance Work Statement (PWS) outlines the requirements for maintaining a clean and safe environment across various NASA facilities. The document specifies operational protocols and quality standards for grounds maintenance, custodial services, and support for severe weather events. Key elements include delineation of service types, required vendor qualifications, and the necessity for adherence to safety and environmental regulations. Specific tasks encompass ground cover maintenance, tree and shrub care, pest control, and refuse disposal, each with detailed operational instructions. The PWS emphasizes the importance of regular progress meetings, accountability measures, and documentation for compliance and performance evaluation. The overarching goal is to foster a safe and positive workplace conducive to NASA's mission while minimizing environmental impact and ensuring operational efficiency. This draft serves as a framework for potential contractors regarding expectations, responsibilities, and performance metrics for delivering essential services.
    The document details the questions and answers related to NASA's Request for Information (RFI) 80NSSC25Q7015 concerning an upcoming contract for various facility services, potentially consolidating current contracts into a single enterprise vehicle. Key aspects include clarification on submission details, evaluation criteria for vendor capabilities across service types (such as grounds maintenance and custodial work), and the feasibility of regional service divisions. NASA is considering set-asides for small businesses and the adoption of standardized templates for procurement to maintain consistency across centers while allowing for localized customizations. The anticipated timeline for the contract's transition is projected for the end of 2025, with a performance period of up to ten years. Factors influencing the eventual contract structure include vendor feedback, operational efficiency, competition, and compliance with small business goals. The document emphasizes NASA's need for robust vendor participation across states, requesting detailed past performance examples while allowing for justification of state-specific capabilities. Overall, NASA aims to balance operational efficiency, diverse service needs, and competitive pricing to align with its mission objectives.
    The document pertains to NASA's Request for Information (RFI) 80NSSC25Q7015 regarding Enterprise Grounds Maintenance, Custodial, and Pest Control Services. Two amendments extend the response deadlines: the RFI Response Date to May 9, 2025, and the Questions and Answers Response Date to May 7, 2025. A virtual Industry Day was previously held on May 5, 2025, to discuss the requirements and expectations for potential vendors. The document emphasizes that responses to this RFI will inform NASA's market research for potential contract vehicles and subcontracting opportunities, but it does not guarantee any awards or solicitations in the future. Vendors can revise their responses based on insights gained from the Industry Day or accompanying documents. Additionally, a list of participants will be publicized, unless a vendor opts out by May 15, 2025. This RFI process serves as a strategic tool for identifying capable vendors and facilitating collaborations in providing the specified services.
    Similar Opportunities
    NASA AFRC Facilities Operations and Maintenance Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking capability statements from small business firms for the Facilities Operations and Maintenance Services at the Armstrong Flight Research Center (AFRC) located in Edwards, California. The procurement aims to identify qualified sources capable of providing comprehensive facility operations, maintenance, and repair services for various infrastructure and assets, including buildings, hangars, and utility systems. This opportunity is crucial for ensuring the operational efficiency and safety of NASA's facilities, which support critical aeronautics research and development activities. Interested firms must submit their capability statements, not exceeding fifteen pages, by following specific submission guidelines outlined in the opportunity notice, with inquiries directed to Cacie Carrillo at cacie.carrillo@nasa.gov or Eleonor Barron at eleonor.barron@nasa.gov.
    NRESS III RFP 80HQTR26R0002
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is soliciting proposals for the NASA Research and Education Support Services (NRESS) III under Solicitation No. 80HQTR26R0002. This procurement aims to provide professional and IT support services essential for NASA's peer review program, as well as research, education, and outreach initiatives that facilitate participation in NASA's research programs. The contract, valued at an estimated maximum of $365 million, will be a Cost-Plus-Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) arrangement with a five-year ordering period, commencing on December 1, 2026. Interested parties must submit their proposals by January 30, 2026, and direct any inquiries to Chanda Cannon at Chanda.M.Cannon@nasa.gov or Maikeyza Brown at maikeyza.brown-1@nasa.gov.
    RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is set to release its annual Research Opportunities in Space and Earth Sciences (ROSES) – 2025 solicitation around July 10, 2025. This comprehensive announcement will encompass various program elements, each with distinct due dates and topics, aimed at supporting a wide range of basic and applied research in space and Earth sciences. Proposals may be submitted by a diverse array of organizations, including domestic and foreign entities, with awards typically ranging from under $100K to over $1M per year, depending on the scope of the proposed work. Interested parties should register with NSPIRES and Grants.gov, and are encouraged to submit notices of intent by August 11, 2025, with full proposals due no earlier than September 8, 2025. For further inquiries, contact Max Bernstein at sara@nasa.gov or call 202-358-0879.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    Dual Administrative Support Services (DASS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to consolidate contract requirements for administrative support services under the Dual Administrative Support Services (DASS) contract at the NASA Stennis Space Center. This procurement aims to combine the administrative services previously required for the Marshall Space Flight Center (MSFC) with the DASS contract, as determined necessary and justified by NASA and concurred by the Small Business Administration (SBA). The administrative services are crucial for supporting NASA's operations and ensuring efficient management of resources. Interested parties can reach out to Rachel Clayton at rachel.clayton@nasa.gov or 228-688-2822, or Belfield Collymore at belfield.c.collymore@nasa.gov or 228-688-1631 for further details regarding this opportunity.
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    National Aeronautics And Space Administration
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV through a Draft Request for Proposal (DRFP) designated as 80GSFC24R0012. The procurement aims to secure contractor support for environmental testing, mechanical and optical integration, and operational support for spacecraft and flight experiment components, with a focus on maintaining high standards of safety and quality. This contract is critical for NASA's mission in space science and technology development, ensuring robust testing and integration processes are in place. Interested vendors must submit their comments and questions regarding the DRFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the project requirements.
    Protective Services Office (PSO) Support Services Contract
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking support services for its Protective Services Office (PSO) through a contract justified under Other than Full and Open Competition (JOFOC). This procurement is aimed at fulfilling specific security and housekeeping needs essential for the operational integrity of the facility. The services are critical for maintaining a safe and secure environment at the Moffett Field location in California. Interested parties can reach out to Paul Gonia at paul.m.gonia@nasa.gov or Starr Strong at starr.l.strong@nasa.gov for further details regarding this opportunity.
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    Centralized Waste Processing System
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.
    Safety and Mission Assurance Services (SMAS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.