Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SPECIAL NOTICE

Y -- Multiple Award Construction Contract II (MACC-II) Extension

Notice Date
9/12/2025 8:22:41 AM
 
Notice Type
Special Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
 
ZIP Code
00000
 
Solicitation Number
80SSC025K0002
 
Response Due
9/29/2025 10:00:00 AM
 
Archive Date
10/14/2025
 
Point of Contact
Sheldon Murphy, Phone: 2286881879, Adrianne Ragan, Phone: 2286883499
 
E-Mail Address
sheldon.l.murphy@nasa.gov, adrianne.peyton.ragan@nasa.gov
(sheldon.l.murphy@nasa.gov, adrianne.peyton.ragan@nasa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Multiple Award Construction Contract Two (MACC-II), North American Industry Classification System (NAICS) 236210, provides a critical in-place contractual mechanism through a regionalized Multiple Award, Indefinite Delivery, Indefinite Quantity (IDIQ) Contract to support general construction, alteration, modification, maintenance and repair, demolition, design-build, Leadership in Energy and Environmental Design (LEED), Building Information Modelling (BIM), and new construction of buildings, facilities, and real property at John C. Stennis Space Center (SSC), Johnson Space Center (JSC) including White Sands Test Facility (WSTF), Kennedy Space Center (KSC), and Marshall Space Flight Center (MSFC) including Michoud Assembly Facility (MAF). MACC-II will also support emergency response to natural disasters and emergencies. NASA/NSSC intends to issue a modification to extend the ordering period for the current MACC-II contracts (80SSC018D0001 through 80SSC018D0024) for one year with two, six-month option periods under the authority of FAR 6.103. The current MACC-II contract period of performance is from October 24, 2017, to October 23, 2025. The maximum value of all task order awards will remain at $3B. No other changes are anticipated. The extension will enable NASA sufficient time to align MACC-III requirements in accordance with the Administration�s objectives and budgetary requirements. The MACC-II extension is necessary to provide coverage of important MACC-II support, which will be crucial to carryout various infrastructure and improvement projects across the NASA Centers identified in PL 119-21, while the MACC-III requirements are identified, and the procurement is realigned with the Administration�s objectives. A list of the MACC-II contracts to be extended if extension criteria are met are as follows: 80SSC018D0001 E.L.C.I. Construction Group, Inc. Woman Owned Small Business, HUBZone, 8(a) 80SSC018D0002 Baker Klein-Foresight JV, LLC Woman Owned Small Business, 8(a) 80SSC018D0003 Odyssey International Woman Owned Small Business 80SSC018D0004 Diversified Construction of Oklahoma, Inc. Woman Owned Small Business 80SSC018D0005 Healtheon, Inc. HUBZone 80SSC018D0006 Weldin Construction, LLC HUBZone 80SSC018D0007 Pontchartrain Partners, LLC HUBZone, Service Disabled Veteran Owned Small Business, 8(a) 80SSC018D0008 Civil Works Contracting HUBZone 80SSC018D0009 ESA South, Inc. Service Disabled Veteran Owned Small Business 80SSC018D0010 Advon Corporation Service Disabled Veteran Owned Small Business 80SSC018D0011 Birmingham Industrial Construction Service Disabled Veteran Owned Small Business, 8(a) 80SSC018D0012 Firewatch Contracting of FL, LLC Service Disabled Veteran Owned Small Business 80SSC018D0013 Silver Mountain Construction, LLC 8(a) 80SSC018D0014 Drace Construction Corp. 8(a) 80SSC018D0015 Orocon Construction, LLC 8(a) 80SSC018D0016 CCI Energy and Construction Services, LLC 8(a) 80SSC018D0017 A&H-Ambica JV, LLC Small Business 80SSC018D0018 MOWA Barlovento JV-2 Small Business 80SSC018D0019 Southeast Cherokee Construction, Inc. Woman Owned Small Business 80SSC018D0020 SES Construction and Fuel Services, LLC Small Business 80SSC018D0021 Brasfield & Gorrie Full and Open 80SSC018D0022 B.L. Herbert International, LLC Full and Open 80SSC018D0023 Caddell Construction Co. (DE), LLC Full and Open 80SSC018D0024 W.G. Yates & Sons Construction Company Full and Open Fulfilling these requirements under separate contracts, rather than via the extension provided for herein, the result would lead to substantial duplication of costs to the Government which competition could not mitigate. Specifically, those costs include work performed by the requirements development teams (RDT) and source evaluation boards, phase-in/transition from one contractor to another, and contract administration costs associated with restructuring contracts awarded under the existing Federal acquisition regulatory system to align with the new regulatory system. The current vehicles are already in place where the incumbent contractors have the infrastructure, knowledge and bonding capacity to continue the current anticipated future work without delays. The contractors are positioned to provide any anticipated construction needs amongst the Centers while the Agency stabilizes its budget and planning for future competitions. In anticipation of the expiration of MACC-II contract on October 23, 2025, NASA began planning to compete the follow-on MACC-III contract on September 11, 2024, when the NSSC procurement office issued an appointment letter for the RDT. The goal was to award the follow on, MACC-III, prior to the expiration of MACC-II. On June 5, 2025, the RDT was disbanded for a period of approximately 9-12 months in light of budgetary concerns, the loss of key procurement and technical staff resulting from the Deferred Resignation Program (DRP 1.0), and to ascertain the potential scope of work the MACC-III contract in the event any part of the MACC-III work scope is determined to be performed by a separate Federal Agency pursuant to Executive Order 14240, Eliminating Waste and Saving Taxpayer Dollars by Consolidating Procurement. Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Sheldon Murphy, Sheldon.l.murphy@nasa.gov and Adrianne Ragan, Adrianne.peyton.ragan@nasa.gov no later than 12:00 PM Central Time (CT) on Monday, September 29, 2025. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d7e2252426984b7e920ac3bb12d0cf3b/view)
 
Place of Performance
Address: Stennis Space Center, MS 39529, USA
Zip Code: 39529
Country: USA
 
Record
SN07588597-F 20250914/250912230040 (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.