Notice of Opportunity (NOO) for ESPC at NASA Goddard Space Flight Center
ID: NOO_Area100_ESPCType: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GODDARD SPACE FLIGHT CENTERGREENBELT, MD, 20771, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    NASA's Goddard Space Flight Center is seeking expressions of interest for an Energy Savings Performance Contract (ESPC) project focused on a photovoltaic (PV) Energy Conservation Measure (ECM) at its facility in Greenbelt, Maryland. The selected Energy Service Company (ESCO) will be responsible for conducting an Investment Grade Audit (IGA) and must demonstrate how they will meet federal investment tax credit deadlines, with the potential for structuring the project as an Energy Sales Agreement (ESA). This initiative is critical for maximizing renewable energy generation, reducing electrical demand, and potentially integrating a Battery Energy Storage System for enhanced resiliency. Interested contractors must submit their proposals by October 14, 2025, and can direct inquiries to Sol Shin at sol.shin@nasa.gov or Ian Sherry at Ian.P.Sherry@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Goddard Space Flight Center's 2-Year Electricity Demand file details electricity consumption from May 28, 2023, to May 30, 2023. The data includes demand readings from three meters (X9D350572514-1, X9D350218345-1, and X9D350572513-1) in kilowatts (kW), along with corresponding temperatures in Fahrenheit. Readings are recorded every 15 minutes, showing fluctuating electricity demand and temperature over the three-day period. The total combined demand from all three meters is also provided, highlighting the overall electricity usage at the facility. The demand generally decreases during late night and early morning hours and increases during the day, with temperatures remaining relatively consistent. This file is likely part of a larger dataset used for energy management, facility planning, or billing purposes at the NASA Goddard Space Flight Center.
    NASA Goddard Space Flight Center (GSFC) is seeking expressions of interest from Department of Energy (DOE) Fourth Generation ESPC IDIQ contract holders for an Energy Savings Performance Contract (ESPC) project. The project focuses on a photovoltaic (PV) Energy Conservation Measure (ECM) at GSFC's Area 100 in Greenbelt, Maryland, with the potential for an Energy Sales Agreement (ESA) if federal investment tax credit deadlines are met. The selected Energy Service Company (ESCO) will conduct an Investment Grade Audit (IGA), skipping the preliminary assessment, and must detail how they will meet tax incentive deadlines. Key objectives include maximizing renewable power generation, reducing electrical demand, and integrating a Battery Energy Storage System for resiliency. ESCOs must submit proposals addressing tax incentive utilization, past performance, and technical qualifications, with the ability to meet tax incentive requirements being the most crucial evaluation factor. Submissions are due by October 14, 2025.
    The Past Performance Questionnaire is a critical attachment for ESPC contractor selection, designed to evaluate a contractor's past project performance. It requires both the contractor and the client to provide detailed information. The contractor completes sections on firm details, work performed (prime, subcontractor, joint venture), contract specifics (number, type, title, location, dates, original and final prices), and a project description highlighting energy or water conservation measures and project similarities to the Notice of Opportunity. Additionally, contractors must provide information for three required projects, including customer details, contract type, PV ownership, type, size, amount, term, status, and evidence of successful performance. Clients then complete sections describing their role, and provide ratings using a defined adjectival scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) across categories such as quality, schedule, communication, management, cost, safety, and subcontract management. The questionnaire concludes with a summary asking if the client would rehire the firm and an overall performance rating. This document aims to assess performance risk and assist the Agency in evaluating contractors for ESPC projects.
    The NASA Goddard Space Flight Center - Wallops Flight Facility's Energy Savings Performance Contract (ESPC) Notice of Opportunity (NOO) addresses key questions regarding proposal submissions and project specifics. The government will accept 10-point font for headers, footers, tables, and graphics, and a cover page, table of contents, list of figures, and glossary are excluded from page limitations. Contractors are not required to send questionnaires to references or provide them to the government with sections 1-4 completed. The experience requirement for Section 5.3, Technical Competencies and Experience, is aligned with Section 5.2, Past Performance, allowing contractors to submit experience on up to five similar projects demonstrating their ability to monetize tax benefits. NASA intends to include a Battery Energy Storage System (BESS) for resiliency and demand response if economically viable, acknowledging the site's potential size limitations. The usable boundary for Area 100 has been clarified. Significant energy cost increases are anticipated for FY26 due to a 456% rise in peak demand charges and an increase in the commodity charge from $0.04575/kWh to $0.07649/kWh, leading to a projected blended rate of $0.125/kWh.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    Buyer not available
    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.
    Solar Photovoltaic Microgrid
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking experienced construction contractors for a project to install a solar photovoltaic microgrid at Isa Air Base in Bahrain. The project entails the construction of a 1000-kilowatt renewable energy solar ground-mounted array, including the installation of solar panels, inverters, battery storage systems, and necessary electrical and communication utilities, all designed to integrate with the base's primary electrical distribution grid. This initiative is crucial for enhancing energy resilience and sustainability at the base, with the work expected to include site preparations, utility installations, and the construction of reinforced concrete foundations. Interested contractors can reach out to Christopher Hunt at christopher.hunt@usace.army.mil or call 540-667-3185 for further details, as this is a sources sought notice for market research purposes only and not a request for proposals.
    Energy Systems Integration Facility (ESIF) Fuel Cell
    Buyer not available
    The Department of Energy, through the National Renewable Energy Laboratory (NREL), is seeking proposals for a turn-key Proton Exchange Membrane (PEM) fuel cell system to replace and upgrade its existing 120 kW fuel cell capability at the Energy Systems Integration Facility (ESIF) in Colorado. The new system is expected to provide continuous power output between 200-250 kW, with the potential for future expansion up to 500 kW, and will support energy integration research by utilizing stored hydrogen and supplying power to the ESIF Research Electrical Distribution Bus. Interested vendors must submit their quotes by December 10, 2025, and ensure compliance with NREL's terms, including registration in the System for Award Management (SAM) and adherence to specific technical specifications outlined in the solicitation documents. For further inquiries, potential bidders can contact Janelle DiGregorio at Janelle.DiGregorio@nrel.gov.
    W912ER26BA001 P181/P183 Solar Photovoltaic Microgrid
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking experienced construction contractors for the W912ER26BA001 project, which involves the installation of a 1000-kilowatt solar photovoltaic microgrid at Isa Air Base in Bahrain. The project encompasses the construction of solar panels, inverters, battery storage systems, and associated electrical and utility infrastructure, with a focus on creating a renewable energy system that integrates with the base's primary electrical distribution grid. This initiative is crucial for enhancing energy resilience at military installations, particularly in remote locations. Interested prime contractors are encouraged to submit a capabilities package to Ms. Millicent Kaczmarzewski and Mr. Christopher Hunt by providing detailed company information and relevant experience, with the project estimated to cost between $10 million and $25 million and a performance period of approximately 617 days.
    National Deep Energy Retrofit Round 5 (NDER 5) Energy Savings Performance Contract (ESPC) LA-TX
    Buyer not available
    The General Services Administration (GSA) is seeking contractors to support the National Deep Energy Retrofit Round 5 (NDER 5) Energy Savings Performance Contract (ESPC) for energy audit and related construction services at multiple locations in Louisiana and Texas. The objective of this procurement is to implement Energy Conservation Measures (ECMs) aimed at reducing energy and water usage, aligning with the government's commitment to meet the requirements of Executive Order 13834 and the Energy Independence and Security Act of 2007 (EISA 2007). This initiative is part of a broader effort to enhance energy efficiency within federal facilities. Interested parties can contact Terri Marshall at terri.marshall@gsa.gov or call 817-850-5529 for further details regarding this opportunity.
    Request for Proposal 80GSFC25R0001 - Space Weather Geostationary (SWGEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study
    Buyer not available
    NASA's Goddard Space Flight Center is inviting proposals for the Space Weather Geostationary (SW GEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study, a critical initiative aimed at developing instrument concepts for measuring the solar photospheric magnetic field. The procurement seeks to conduct a Phase A instrument study that will inform future development of the PHOMI Instrument, with a focus on enhancing solar wind modeling and magnetic field mapping capabilities. This full and open competitive acquisition, classified under NAICS code 541330, has a total potential contract value of $1.5 million and a performance period of nine months, with proposals due by December 5, 2025, at 3:00 PM Eastern Standard Time. Interested offerors should direct inquiries to Kyle Vann or Raymond Jones via email and are encouraged to review the solicitation documents available on www.SAM.gov for detailed submission instructions and requirements.
    Solar Powered Electric Vehicle Charging Stations Vandenberg Space Force Base
    Buyer not available
    The Department of Defense, specifically the Missile Defense Agency (MDA), is seeking to procure two portable solar-powered electric vehicle charging stations for installation at Vandenberg Space Force Base in Lompoc, California. This contract is justified as the requirement can only be fulfilled by a single source, which is currently the only company capable of meeting the specific technical specifications needed for these solar charging stations. The acquisition of these charging stations is crucial for supporting electric vehicle operations at the base, promoting sustainability and energy efficiency. Interested parties can reach out to Jonathan Wood at jonathan.wood@mda.mil or 256-450-0458, or Cris Mar at cris.mar@mda.mil or 256-631-0151 for further details.
    Launch Complex (LC) 39 Area Power Duct Bank Replacement
    Buyer not available
    NASA's Kennedy Space Center is seeking proposals for the Launch Complex (LC) 39 Area Power Duct Bank Replacement project, which involves the design and construction of a new duct bank system to replace the existing degraded infrastructure. The project aims to enhance the power distribution capabilities at LC-39, addressing deficiencies in the current system that has been in place since the 1960s, and is critical for supporting future operations and maintenance at the facility. This procurement will follow a two-phase design-build selection procedure, with a firm-fixed-price contract anticipated to be awarded by July 31, 2025, and proposals for Phase 1 due by December 16, 2025. Interested contractors should direct inquiries to Benjamin Crafton or Jacqueline Brooks via email, and are encouraged to review all solicitation documents available on www.SAM.gov for further details.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    Draft RFP and Pre-solicitation Synopsis: Engineering Services and Science Capability Augmentation (ESSCA) II
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center is seeking industry participation for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, which aims to provide engineering and scientific skills augmentation primarily for NASA's missions. This contract will encompass a range of services including technical oversight, engineering products for flight and science missions, and support for research and development activities, with a maximum potential value of $3.248 billion over a performance period extending from October 1, 2026, to July 31, 2035. Interested parties are encouraged to attend a virtual industry day on December 10, 2025, and submit comments on the Draft Request for Proposals (DRFP) by October 20, 2025, to the designated contact, Sadie Moulton, at sadie.m.moulton@nasa.gov.