Search Contract Opportunities

White Sands Test Facility (WSTF) B100, B101, and B111 HVAC System Upgrades

ID: 80JSC-WSTF-HVAC-Replacement-System • Type: Sources Sought • Match:  95%
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

Posted: Dec. 5, 2025, 11:18 a.m. EST

RFI 80JSC-WSTF-HVAC-Replacement-System

The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) White Sands Test Facility (WSTF) is seeking capability statements from all interested parties including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for WSTF B100, B101, and B111 HVAC System Upgrades. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.

NASA WSTF is preparing to release a Design Build Request for Proposal (RFP) for an upcoming project to be completed near Las Cruces, NM. The Government's intent is to utilize Two-Phase Design-Build Selection Procedures (Phase 1 Request for Qualifications / Phase 2 Request for Proposals) with Best Value Trade-off Source Selection technique considering technical factors, schedule, and price. The appoximate cost for this is $12 million.

This is a Request for Information (RFI) and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. An award will not be made on offers received in response to this notice. This notice is not a request for proposal; it is a market research tool being utilized to determine the availability of qualified sources and receive comments on the below scope/description prior to issuing the RFQ and RFP.

Questions may be submitted via email on or before 4:00 p.m., Mountain Standard Time, December 4, 2025 to Contracting Officer Victoria Lozano (victoria.a.cueto@nasa.gov), and Contract Specialist, Joshua Hlavenka (joshua.r.hlavenka@nasa.gov).The subject line shall contain RFI Questions WSTF B100, B101, and B111 HVAC System Upgrades [Company Name]'. Any responses provided by NASA will be posted on SAM.gov as an amendment to the Request for Information.

This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.

NASA intends to publicize a listing of respondents to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response.

Scope/Description

NASA WSTF is requesting information on available Design-Build services for the complete design, and construction of heating, ventilating, and air conditioning (HVAC) systems for existing buildings at WSTF. Architectural / Engineering (A&E) and Construction Services are required for the design and construction for NASA WSTF located on the White Sands Missile Range near Las Cruces, NM. The estimated RFQ issuance date for this potential contract is anticipated in January 2026.

This project will replace original 1960s HVAC air handler units, including boilers, chillers, blower fan enclosures, hot and cold-water coils, make-up air supply, ductwork, dampers, controls and associated appurtenances with a modern solution to be proposed by the design-build team.

The buildings included for HVAC system improvements are B100 (32,776 sf), B101 (33,244 sf) and B111 (12,396 sf). B100 and B101 are office buildings. B100 houses a communication hub which requires its own HVAC system. B101 houses a data center which requires its own HVAC system. B111 is a cafeteria with a kitchen, training room, store, and communal eating area. The scope for B111 only includes comfort air for building occupants and does not include any kitchen specific HVAC improvements.

The improvements will include energy management control system (EMCS) upgrades related to the proposed equipment. The project may also include improvements to other building systems as required to improve the efficiency and effectiveness of the HVAC system including, but not limited to windows, roofing, ceilings, lighting, and energy management control systems (EMCS).

Proposals shall advance the goals of the Agency, Center, and site master plans including goals to create an affordable infrastructure portfolio, reduce infrastructure related risks, and create vibrant centers. Solutions will incorporate condition-based monitoring where practicable.

The second phase of the design-build solicitation will include more guidance on design and site requirements. The Phase 2 Solicitation will include a Program of Requirements as well as the requirements for site access, site security, and construction logistics.

Interested offerors will be required to have a $19 million bonding capacity.

Requested Information:

Contractors having the capabilities necessary to meet or exceed the stated scope and requirements are invited to submit appropriate documentation outlining their capabilities and qualifications. Respondents should specifically address the following:

1. General Firm Information

  1. Firm Name
  2. Point of Contact (name, phone number, and email)
  3. Unique Entity ID (UEI)
  4. Cage Code

2. Provide project experience/past performance data of up to three related Design-Build projects of similar size and scope within 400 miles of Las Cruces, NM within the last 5 years. NASA is seeking firms who understand, have been trained in and have a track record of successfully delivering of projects that follow the Design Build Institute of America's (DBIA's) Design-Build Done Right Best Practices. Please ensure your response demonstrates examples of an integrated team approach with emphasis on key subcontractor engagement early in project life cycle. Please highlight how your past-performance leveraged team collaboration and transparency, both within the design-build team and with the owner.

3. The Government is seeking feedback on the feasibility of the full scope described herein can be achieved within the construction magnitude stated above and for design starting approximately Q4 Fiscal Year (FY) 2026. If not feasible, please tell us what is achievable based on recent and relevant to projects of this type and the major cost drivers on the project.

4. Does your firm have the dedicated capacity and A team resources for a two (2) phased approach solicitation planned to be released around Q2 FY2026 with target award date of Q4 FY2026?

5. Provide any additional feedback as necessary.

Response Instructions:

Respondents should electronically submit a maximum of 12 pages to the 5 requests above in Arial 12-point font with 1-inch margins on all four sides, excluding diagrams, pictures, or figures, in MS Word document format. All responses shall be sent via email to victoria.a.cueto@nasa.gov and joshua.r.hlavenka@nasa.gov. The subject line shall contain RFI Response WSTF B100, B101, and B111 HVAC System Upgrades [Company Name]'. Submissions must be received on or before 4:00 p.m., Mountain Standard Time, December 12, 2025.

12-5-2025 80JSC-WSTF-HVAC-Replacement-System Amendment 1- Change Response due date to 12/12/2025 and include responses to submitted questions, provided as an attachment to the RFI.

Posted: Dec. 2, 2025, 3:55 p.m. EST
Background
The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) White Sands Test Facility (WSTF) is seeking capability statements from interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI).

The purpose is to determine the appropriate level of competition and/or small business subcontracting goals for the WSTF B100, B101, and B111 HVAC System Upgrades. NASA WSTF is preparing to release a Design Build Request for Proposal (RFP) for this project near Las Cruces, NM, with an approximate cost of $12 million. This Request for Information (RFI) serves as a market research tool to assess the availability of qualified sources and gather feedback on the scope of work prior to issuing the RFQ and RFP.

Work Details
The project involves complete design and construction services for heating, ventilating, and air conditioning (HVAC) systems for existing buildings at WSTF. The scope includes replacing original 1960s HVAC air handler units, boilers, chillers, blower fan enclosures, hot and cold-water coils, make-up air supply systems, ductwork, dampers, controls, and associated appurtenances with modern solutions proposed by the design-build team.

The buildings involved are B100 (32,776 sf), B101 (33,244 sf), and B111 (12,396 sf). B100 houses a communication hub requiring its own HVAC system; B101 includes a data center needing redundant HVAC capability; while B111 is a cafeteria that requires comfort air for occupants but not kitchen-specific HVAC improvements. Improvements will also include energy management control system upgrades related to the proposed equipment. Additional enhancements may involve other building systems such as windows, roofing, ceilings, lighting to improve HVAC efficiency. The project aims to align with agency goals for infrastructure affordability and risk reduction.

Place of Performance
White Sands Test Facility located on the White Sands Missile Range near Las Cruces, NM.

Overview

Response Deadline
Dec. 12, 2025, 6:00 p.m. EST (original: Dec. 9, 2026, 6:00 p.m. EST) Past Due
Posted
Dec. 2, 2025, 3:55 p.m. EST (updated: Dec. 5, 2025, 11:18 a.m. EST)
Set Aside
None
Place of Performance
Las Cruces, NM 88012 United States
Source

Current SBA Size Standard
$19 Million
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
18%
On 12/2/25 Johnson Space Center issued Sources Sought 80JSC-WSTF-HVAC-Replacement-System for White Sands Test Facility (WSTF) B100, B101, and B111 HVAC System Upgrades due 12/12/25. The opportunity was issued full & open with NAICS 238220 and PSC J041.
Primary Contact
Name
Victoria Cueto   Profile
Phone
None

Secondary Contact

Name
Joshua Hlavenka   Profile
Phone
None

Documents

Posted documents for Sources Sought 80JSC-WSTF-HVAC-Replacement-System

Opportunity Assistant

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 80JSC-WSTF-HVAC-Replacement-System

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 80JSC-WSTF-HVAC-Replacement-System

Experts for White Sands Test Facility (WSTF) B100, B101, and B111 HVAC System Upgrades

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA JOHNSON SPACE CENTER
FPDS Organization Code
8000-JSC00
Source Organization Code
100167400
Last Updated
Dec. 27, 2025
Last Updated By
victoria.a.cueto@nasa.gov
Archive Date
Dec. 27, 2025