Opportunity

SAM #NASA_AMES_EMO

Design-Build Services for NASA Ames Engineering and Mission Operations Facility (EMO) N278

Buyer

PBS PROJECT DELIVERY CAPITAL CONSTRUCTION - BRANCH WEST

Posted

April 27, 2026

Respond By

May 11, 2026

Identifier

NASA_AMES_EMO

NAICS

238910, 562910, 236220

This opportunity seeks qualified firms to provide design-build services for a new NASA Engineering and Mission Operations Facility (EMO) N278 at Ames Research Center in Moffett Field, CA. - Government Buyers: - General Services Administration (GSA), Public Buildings Service (PBS), Project Delivery Capital Construction - Branch West - National Aeronautics and Space Administration (NASA) - Scope of Work: - Demolition of two existing buildings (Motor Pool N251 and Machine Shop N216), a gas filling station, and fuel pumps with underground tanks - Option for adaptive reuse of Building N216 - Construction of a new facility of at least 30,292 gross square feet - Includes offices, meeting spaces, technical laboratories, and support areas - Adherence to GSA PBS Core Buildings Standards and Building Information Modeling (BIM) requirements - Requirements: - Respondents must demonstrate bonding capacity for a single project up to $60 million - Compliance with Project Labor Agreement (PLA) may be required per FAR Subpart 22.5 and Executive Order 14063 - NAICS code: 236220 (Commercial and Institutional Building Construction) - Estimated contract value: $40 million to $60 million - No specific OEMs or vendors are named in the solicitation - Place of performance: NASA Ames Research Center, Moffett Field, CA - Contracting office: GSA PBS Project Delivery Capital Construction - Branch West, Washington, DC

Description

THIS IS A REQUEST FOR INFORMATION (RFI) AND SOURCES SOUGHT NOTICE (SSN) for Design-Build Services for the National Aeronautics and Space Administration (NASA) Engineering and Mission Operations Facility (EMO) N278 to be constructed within the Ames Research Center in Moffett Field, CA. THIS IS NOT A REQUEST FOR PROPOSAL (RFP).

The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Project Delivery – Capital Construction Division (PQA), is conducting market research: To determine if there are adequate Small Business, HUBZone small business, Women-Owned small business, or Service-Disabled Veteran-Owned small business contractors capable of performing the construction services for the requirement described herein. If it is determined that adequate competition exists, the GSA may set the requirement aside for competition among the selected group; Evaluate the potential use and impact of a Project Labor Agreement (PLA) in accordance with FAR Subpart 22.5 and Executive Order 14063, including potential effects on competition, pricing, and schedule.

GSA PBS PQA is seeking all qualified and interested sources (both Large and Small businesses) to respond to this RFI to provide Design-Build Services for the National Aeronautics and Space Administration (NASA) Engineering and Mission Operations Facility (EMO) N278 to be constructed within the Ames Research Center in Moffett Field, CA.

The U.S. General Services Administration (GSA) and the National Aeronautics and Space Administration (NASA) are partnering to develop the Engineering and Mission Operations Facility (EMO) N278 to be constructed within the Ames Research Center in Moffett Field, CA. The scope for the new EMO includes: Existing Building and Site Demolition As part of this Design-Build Contract, two existing buildings and a gas filling station will be demolished. The two existing buildings requiring demolition include the Motor Pool (Building N251) and the Machine Shop (Building N216). Two (2) existing Motor Pool Fuel Pumps with underground fuel tanks are located at the East Side of the site and will also require demolition. There will be an option for adaptive reuse of Building N216 instead of demolition. Building N278 Construction This new facility has a minimum goal of 30,292 GSF that will co-locate several key program functions and include offices, meeting space, technical labs, and support space. Building N278 will be an important contribution towards realizing the goals of the “walkable campus” as outlined in the Center Master Plan for the NASA Ames Research Center, and will address NASA’s requirements to reduce the footprint and O&M costs while providing a healthy, safe, efficient, modern, flexible, and sustainable work environment. The site selected for this facility is owned by NASA and is located at the Southwest intersection of Warner Road and Mark Avenue on the Ames Research Center campus.

The General Services Administration anticipates utilizing a Two-Phase Design-Build project delivery method in conjunction with the GSA’s Design Excellence and Construction Excellence Programs, designed to provide taxpayers with outstanding and cost-effective federal buildings.

The contractor will be required to have the ability to successfully coordinate all of the design and trade/subcontractor work and complete this project within all applicable government guidelines.

Location of Performance is: Ames Research Center in Moffett Field, CA 94035

Any resultant contract shall adhere to the GSA PBS Core Buildings Standards, Building Information Modeling (BIM).

This office anticipates award of a contract for these services in Q3 of 2027. Contract duration is estimated to be (2) years (24 months). Estimated magnitude of construction: $40,000,000 TO $60,000,000. The applicable NAICS code for this requirement is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $45M.

All interested parties may submit to the Contracting Officer a written Letter of Interest including a Capability Statement addressing the following information (five (5) single-sided page limit in Portable Document Format). Additional pages will not be considered. All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess your firm’s capability to perform this project.

QUESTIONS: (Please fill-out on the Google Form: https://forms.gle/y6z7uRb87pZMZu4SA, except where noted below)

Respondents shall complete the Google Form for items (1)-(3) and (5)-(9). Item (4) shall be provided as part of the separate Capability Statement attachment and will not be collected via the Google Form.

For Item (5) Bonding Capacity, respondents shall complete the Google Form and also provide supporting documentation as part of the Capability Statement (e.g., a letter from a surety) demonstrating the firm’s ability to obtain bonding for a single project of at least $60 million.

Name of your company, Unique Entity ID (SAM), address, point of contact with phone number and email address. Does your company have an active registration at www.sam.gov? Business size for the assigned NAICS code, which can be located at the U.S. Small Business Administration website: www.sba.gov. In addition to the size of business, indicate any other socioeconomic designations such as 8(a), Small Disadvantaged Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and/or Women-Owned Small Business. Company's capability to perform a contract of this magnitude and complexity by including a brief description of three (3) projects of similar scope, size, complexity, and duration over $40,000,000 completed within the past seven (7) years since issuance of the sources sought, customer names and phone numbers, timeliness of performance, and dollar values of the projects. Work performed as a subcontractor is not considered as evidence of capability to succeed as a prime contractor. Provide evidence of your company's bonding capability verifying the ability to bond a single project of a magnitude up to $60,000,000. In addition, provide evidence of your company's aggregate bonding capacity. If your company is/will be part of a joint venture, state the name(s) of the joint venture members and the business size(s) of each. If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government. Definition - Project Labor Agreement (PLA): A Project Labor Agreement (PLA) is defined as a pre‐hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement as defined in Subpart 22.5 of the Federal Acquisition Regulation (FAR). Pursuant to the FAR, agencies are required to use PLAs in large-scale construction projects unless an exception applies. All PLAs must include: Provisions that bind all contractors and subcontractors on the construction project to the agreement Allow all contractors and subcontractors on the construction project to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements Contain language that guarantees against strikes, lockouts, and similar job disruptions Set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the term of the project labor agreement (i.e. grievance/arbitration procedures) Provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health Specify the wages and fringe benefits of all classification or crafts working on the project Fully conform to all statutes, regulations, Executive Orders, and Presidential Memoranda One or more labor organizations involved in the construction work.

Does your firm have any experience working with PLAs? _____ Yes, _____ No. If yes, please describe your experience with PLAs. Would your firm still be interested in submitting a proposal if a PLA was required on this project? _____ Yes, __No If you answered no, why not? If you answered yes, based on your knowledge of Moffett Field, California labor market for large-scale construction projects, would you expect there to be an impact on your price proposal if a PLA was required by the government? __ Yes, ___ No If yes, please provide an explanation of exactly how a PLA would impact your price proposal (include only costs directly attributable to the use of PLA). What would be the estimated price differential caused by including a PLA _____ 0-5%, _____ 5-10%, _____ 10-15%, _____ or >15% _____.

Provide any other information that you feel is pertinent to the requirement.

RESPONSES TO THIS RFI ARE DUE NO LATER THAN (NLT) May 11, 2026, AT 2:00 PM PACIFIC TIME (PT). Electronic submission (no more than 25MB) of the statement of capabilities package may be submitted to: Jamie (James) Potter at jamie.potter@gsa.gov and John-Michael Phelps at john-michael.phelps@gsa.gov. Please include the subject line: “NASA AMES EMO Sources Sought Response”.

Responses to this RFI shall be used for planning purposes only and shall not commit GSA to issue a solicitation(s) for this requirement. The Government is not obligated to and will not pay for any information received from the respondents as a result of this market research. It is, however, anticipated that a solicitation or solicitations based on the outcome of this market survey will be published and that a subsequent contract or contracts from the solicitation(s) will be awarded.

END Additional Links:NASA AMES EMO Google Form

View original listing