Search Contract Opportunities

JOFOC Multiple Award Construction Contract II (MACC-II) Extension   2

ID: 80SSC025K0002 • Type: Justification • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

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.

Overview

Award Date
Oct. 20, 2025
Response Deadline
None
Posted
Oct. 23, 2025, 11:23 a.m. EDT
Set Aside
None
Place of Performance
Stennis Space Center, MS United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Value Range
Experimental
$50,000,000 - $200,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
100% of similar contracts within the Stennis Space Center had a set-aside.
On 10/23/25 Stennis Space Center issued Justification 80SSC025K0002 for JOFOC Multiple Award Construction Contract II (MACC-II) Extension.
Primary Contact
Name
Sheldon Murphy   Profile
Phone
(228) 688-1879

Secondary Contact

Name
Adrianne Ragan   Profile
Phone
(228) 688-3499

Documents

Posted documents for Justification 80SSC025K0002

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Justification 80SSC025K0002

Potential Bidders and Partners

Awardees that have won contracts similar to Justification 80SSC025K0002

Similar Active Opportunities

Open contract opportunities similar to Justification 80SSC025K0002

Experts for JOFOC Multiple Award Construction Contract II (MACC-II) Extension

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA STENNIS SPACE CENTER
FPDS Organization Code
8000-SSC00
Source Organization Code
100177106
Last Updated
Nov. 22, 2025
Last Updated By
stephen.d.penton@nasa.gov
Archive Date
Nov. 22, 2025