Southeast Regional Architecture Engineering 2 (SERAE 2) Indefinite Delivery Indefinite Quantity (IDIQ) contract
ID: 80KSC025ZCS001LType: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA KENNEDY SPACE CENTERKENNEDY SPACE CENTER, FL, 32899, USA

NAICS

Engineering Services (541330)
Timeline
    Description

    NASA's Kennedy Space Center (KSC) is seeking information from potential sources for the Southeast Regional Architecture Engineering 2 (SERAE 2) Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will provide professional services for the design, rehabilitation, and modernization of facilities and ground support systems across multiple NASA locations and launch sites worldwide. The contract aims to engage firms with expertise in various engineering disciplines capable of managing concurrent projects, particularly encouraging participation from small businesses and Historically Black Colleges and Universities (HBCUs). Interested parties must submit a capability statement by February 13, 2025, detailing their organizational information, relevant experience, and workforce capacity, while monitoring SAM.gov for updates on the solicitation process. For further inquiries, contact LaCorsha Noel at Lacorsha.d.noel@nasa.gov or Stephen Crooks at Stephen.e.crooks@nasa.gov.

    Files
    Title
    Posted
    The document serves as a sources sought notice under RFP 80KSC025ZCS001L, requesting information from firms regarding their business classification and eligibility for federal contracting in the field of NAICS code 541330, which has a size standard of $25.5 million in annual receipts. Firms are asked to provide their basic contact information and indicate their registration status in the System for Award Management (SAM). Business classifications to be specified include distinctions between large and small businesses, 8(a) and Veteran Owned Small Businesses, Emerging Small Businesses, and Woman Owned Small Businesses, among others. Additionally, firms must indicate if they meet various socio-economic qualifications, such as being a Service-Disabled Veteran Owned Small Business, Historically Underutilized Business Zone Business, or Economically Disadvantaged Woman Owned Small Business. The purpose of the document is to ascertain the variety and eligibility of potential bidders or partners in relevant federal projects, facilitating informed procurement decisions.
    NASA's Kennedy Space Center (KSC) is issuing a Sources Sought Notice for the Southeast Regional Architecture Engineering 2 (SERAE 2) Indefinite Delivery Indefinite Quantity (IDIQ) contract. NASA seeks capability statements from interested parties, especially small businesses and Historically Black Colleges and Universities (HBCUs), to assess competition levels and subcontracting goals. The contract involves providing professional services for the design, rehabilitation, and modernization of facilities and ground support systems within several NASA locations and launch sites globally. Key requirements include expertise in multiple engineering disciplines and the ability to manage concurrent projects. Interested firms must submit a capability statement by February 13, 2025, outlining their organizational details, relevant experience, and workforce capacity. The opportunity highlights NASA's commitment to fostering small business participation while ensuring robust engineering support for its facilities. No solicitation is currently available; interested parties should monitor SAM.gov for updates.
    Similar Opportunities
    Spaceport Operations and Center Services (SOCS)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Kennedy Space Center is seeking qualified vendors to provide Spaceport Operations and Center Services (SOCS), which includes facilities support services at KSC and Cape Canaveral Space Force Station. The contract will encompass a range of services such as maintenance and operations of facilities, integrated operations center management, engineering support, and logistics services, aimed at supporting over 30 customers including NASA and the United States Space Force. The anticipated timeline for the Request for Proposal (RFP) release is around August 29, 2024, with proposals due by October 31, 2024, and contract awards expected by June 30, 2025. Interested parties can contact Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information and are encouraged to monitor https://sam.gov for updates.
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    LC39 Area Power Duct Bank Replacement, Project Control Number (PCN): 100308
    Buyer not available
    NASA's Kennedy Space Center is seeking contractors for the LC39 Area Power Duct Bank Replacement project (PCN: 100308), which involves the design and replacement of the existing Medium Voltage underground duct bank. The objective is to replace aged infrastructure, primarily constructed in the 1960s, that has deteriorated and compromised the power distribution system's reliability for critical NASA missions. The project entails installing approximately 15,000 feet of new underground duct bank and replacing three MV feeders, with a focus on minimizing disruption to ongoing operations through careful phasing of activities. Interested firms, including small and minority businesses, must submit capability statements demonstrating relevant experience and financial capability by February 14, 2025, and access to project documents requires certification through the Defense Logistics Agency. For further inquiries, contact LaCorsha Noel at Lacorsha.d.noel@nasa.gov or Randall A. Gumke at randall.a.gumke@nasa.gov.
    Marshall Exploration Facility (MEF)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Design Build Request for Proposal (RFP) for the Marshall Exploration Facility (MEF) at the Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The project aims to create a flexible and collaborative environment that accommodates various office and event spaces, enhancing the appeal and functionality of the MSFC campus, with an estimated project cost of $45 million. This initiative is crucial for providing a robust space for NASA and MSFC communities to gather, work, and collaborate, with the facility designed to support future program and technology changes. Interested contractors must demonstrate qualifications through previous similar projects and possess a bonding capacity of $55 million, with responses due by February 17, 2025, and the anticipated start of construction targeted for Q4 2026. For inquiries, contact Darlene Greene at darlene.greene@nasa.gov or Stephanie Darnell at stephanie.darnell@nasa.gov.
    Architect and Engineering Services IDIQ-Set Aside for Small Businesses
    Buyer not available
    The General Services Administration (GSA) is seeking qualified small businesses to provide Architect and Engineering (AE) services through Indefinite Delivery Indefinite Quantity (IDIQ) contracts, specifically set aside for small businesses. The procurement involves establishing four single-award IDIQ contracts for a base year with the option for four additional one-year periods, covering various regions across the United States and U.S. Territories. These services are critical for government projects, including design, cost management, and construction management, ensuring compliance with federal standards and sustainable practices. Interested firms must submit their proposals by February 4, 2025, and can direct inquiries to Aaron Lay at aaron.lay@gsa.gov or Shirley Rohmer at shirley.rohmer@gsa.gov.
    NASA GRC Custodial Services
    Buyer not available
    NASA's Glenn Research Center (GRC) is seeking qualified contractors to provide custodial services across approximately 1.8 million square feet of facilities in Ohio, encompassing routine and emergency cleaning, as well as specialized clean room services. The procurement aims to ensure a high standard of cleanliness and sanitation, critical for maintaining operational readiness and compliance with health and safety regulations within NASA's research and development environments. Interested parties, particularly small businesses and Historically Black Colleges and Universities (HBCUs)/Minority Institutions (MIs), are invited to submit capability statements by February 10, 2025, detailing their qualifications and past performance. For further inquiries, potential bidders can contact Amanda Larsen at amanda.l.larsen@nasa.gov or call 216-433-3265.
    NOREAS - Santa Susana Field Laboratory Consulting
    Buyer not available
    NASA's Marshall Space Flight Center is seeking consulting services for environmental cleanup activities at the Santa Susana Field Laboratory. The primary objective is to maintain and enhance community outreach and strategic consulting efforts related to these environmental remediation activities. This procurement is significant as it supports NASA's commitment to environmental protection and compliance with federal regulations. Interested organizations are invited to submit their capabilities and qualifications to Samuel P. McIlvoy via email by 4:00 PM Central on February 8, 2025, as the government intends to evaluate submissions to determine the potential for competitive acquisition.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
    Human Health and Performance Contract 2 (HHPC2)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Human Health and Performance Contract 2 (HHPC2), aimed at enhancing crew health, safety, and productivity in support of human spaceflight activities. This procurement will involve compliance with a range of technical and operational standards, including rigorous performance evaluations and adherence to applicable documents related to human health and performance within aerospace contexts. The contract, structured as a Cost-Plus-Award-Fee (CPAF) arrangement, is set to commence on November 1, 2025, and will primarily take place at NASA's Johnson Space Center in Houston, Texas. Interested parties should direct inquiries to primary contact Yaranet Marquez at yaranet.marquez-1@nasa.gov or secondary contact Joseph Ocampo at joseph.t.ocampo@nasa.gov, with the final Request for Proposal (RFP) expected around December 6, 2024.
    Commercial SmallSat Data Acquisition (CSDA) Program Indefinite Delivery Indefinite Quantity (IDIQ) On-Ramp 1 - Request for Proposals (RFP)
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking proposals for the Commercial SmallSat Data Acquisition (CSDA) Program through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at enhancing Earth observation capabilities. The procurement focuses on acquiring Earth observation data from commercial sources to support NASA's Earth science research, reflecting a strategic investment in geospatial technology. A total of eight contracts have been awarded under this initiative, with a shared ceiling value of $476 million, effective through November 15, 2028. Interested vendors can reach out to Jason Lou at jason.d.lou@nasa.gov or Keisha Willingham at keisha.s.willingham@nasa.gov for further information.