Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2025 SAM #8592
SOLICITATION NOTICE

Y -- Marshall Exploration Facility (MEF)

Notice Date
6/3/2025 10:27:50 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
 
ZIP Code
35812
 
Solicitation Number
80MSFC25R0015
 
Response Due
6/26/2025 1:00:00 PM
 
Archive Date
07/11/2025
 
Point of Contact
Darlene Greene, Phone: 256 508-0132, Alicia Reynolds, Phone: 256 544-3107
 
E-Mail Address
darlene.greene@nasa.gov, alicia.r.reynolds@nasa.gov
(darlene.greene@nasa.gov, alicia.r.reynolds@nasa.gov)
 
Description
6/3/25 Amendment 2: The purpose of this amendment is to extend the Phase I qualification submission date to June 26, 2025. In order to be considered for Phase II and award, Phase I qualification submissions conforming to the requirements of this solicitation shall be submitted to the Government by 3:00 p.m., Central Time, June 26, 2025, via email to the Contracting Officer Darlene Greene at darlene.greene@nasa.gov and Alicia Reynolds at alicia.r.reynolds@nasa.gov. Include in the subject line �RFQ 80MSFC25R0015.� Email is the only acceptable means of submission. Proposals sent by United States mail, commercial package delivery, hand delivery or facsimile will not be accepted. Email attachment size is limited to 20MB. 6/2/25 Amendment 1: The purpose of this amendment is to extend the question period through June 6th, 2025. All questions related to the Phase I submissions shall be submitted using Attachment 5, Submission of Questions Form (RFI), and sent via email to Contracting Officers Darlene Greene at darlene.greene@nasa.gov and Alicia Reynolds at alicia.r.reynolds@nasa.gov no later than 3:00 p.m. Central Time on June 6th, 2025. Include in the subject line �RFQ 80MSFC25R0015.� Any responses provided by NASA will be posted on SAM.gov as an Amendment to the Solicitation on or before June 12th, 2025. 5/7/25 Original You are invited to submit a Technical Proposal in response to the National Aeronautics and Space Administration (NASA) George C. Marshall Space Flight Center (MSFC) Marshall Exploration Facility solicitation. NASA, in collaboration with its stakeholders and the Offeror, intends to build a new Federal NASA Facility at MSFC located on Redstone Arsenal in Huntsville, AL. This facility will feature an auditorium and dedicated spaces for conferencing, training, retail, and administration. As a central component of the center�s long-term master plan, the MEF is designed to foster a dynamic and interconnected campus. NASA will conduct this acquisition as a full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 236220 Commercial and Institutional Building Construction and the business size standard is $45 million. The Product Service Code (PSC) is Y1AZ Construction of Other Administrative Facilities and Service Buildings. This competitive acquisition will result in a firm-fixed-price (FFP) contract. Incentive Milestones may also be considered for this procurement. The anticipated contract award date is July 28, 2026. The contract will be performed on-site at NASA MSFC. The solicitation will be conducted as a Two-Phase Design-Build Selection Procedure in accordance with FAR 36.3 and FAR 15. In Phase I, Offerors are required to submit a Technical Proposal detailing their Past Performance, Technical Approach, and Prior Experience on Relevant Projects, demonstrating their capability to successfully execute the design-build construction project outlined above. The Government will evaluate the submissions based on the criteria specified in the RFQ and will select no more than three of the most highly qualified Offerors to advance to Phase II. Offerors not selected for Phase II will be notified in accordance with FAR 15.503(a)(1). In Phase II, a draft Request for Proposal (RFP) will be issued to the selected Offerors from Phase I, requesting detailed proposals that address their Technical Approach, Corporate Experience, Safety & Quality Control Program/Plan, and Price. The Government will evaluate these proposals based on the criteria outlined in Section M of the RFP for Phase II. Ultimately, the Government will select the proposal that represents the best overall value. The unsuccessful Offerors in Phase II who provide a qualifying responsive proposal will be paid a stipend of up to $175,000 to offset the costs associated with the preparation of required conceptual designs as part of Phase II. In order to be considered for Phase II and award, Phase I qualification proposals conforming to the requirements of this Solicitation shall be received by June 18, 2025 3:00 p.m. (Central Time)via email to the Contracting Officer Darlene Greene, at darlene.greene@nasa.gov and Alicia Reynolds, at Alicia.r.reynolds@nasa.gov. Please include in the subject line �RFQ 80MSFC25R0015�. Email is the only acceptable means of submission. Documents related to this acquisition will be accessible electronically through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. This RFQ does not commit NASA MSFC to pay any proposal preparation costs, nor does it obligate NASA MSFC 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. The attached Request for Qualifications covers, in detail, the proposal submittal requirements as well as the evaluation criteria.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/14eaf4819a064544aa403272afcbc22e/view)
 
Place of Performance
Address: Huntsville, AL 35812, USA
Zip Code: 35812
Country: USA
 
Record
SN07463512-F 20250605/250603230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.