Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2025 SAM #8689
MODIFICATION

Z -- Request for Proposal: Ames Research Center Facilities Support Services II (AFSS II)

Notice Date
9/8/2025 11:38:18 AM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA AMES RESEARCH CENTER MOFFETT FIELD CA 94035 USA
 
ZIP Code
94035
 
Solicitation Number
80ARC025R0001
 
Response Due
10/14/2025 1:00:00 PM
 
Archive Date
10/29/2025
 
Point of Contact
Anna Foreman, Andrea Lovell
 
E-Mail Address
anna.m.foreman@nasa.gov, andrea.c.lovell@nasa.gov
(anna.m.foreman@nasa.gov, andrea.c.lovell@nasa.gov)
 
Small Business Set-Aside
8A 8a Competed
 
Description
You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) Ames Research Center (ARC)�s Ames Facilities Support Services (AFSS) II solicitation. The principal purpose of this requirement is to provide operations, maintenance, and repair services to the Moffett Field site comprising of approximately 1960 acres, of which the ARC campus occupies approximately 389 acres. The ARC campus includes, clean rooms, laboratories, computing facilities, shops, warehouses, administrative offices, research and mission support complexes, as well as overhead and underground utility systems, utility yards and vaults, and paved surfaces. Moffett Field contains approximately 5 million square feet of floor space including (primarily) office space, technical/laboratory space, and mechanical/storage spaces. NASA will conduct this acquisition as an 8(a) set-aside competition. The North American Industry Classification System (NAICS) code for this acquisition is 561210 � Facilities Support Services and the small business size standard is $47M. Consistent with the Government�s commitment to provide employment opportunities for those with disabilities, the Government encourages interested prime offerors to review available AbilityOne services and abilities. While the use of AbilityOne is encouraged, it is not a mandatory requirement for this contract. This competitive acquisition will result in a hybrid contract with Cost Plus Award Fee (CPAF) Core requirements and an IDIQ requirement with the ability to issue CPAF or Firm Fixed Price (FFP) task orders. The contract will have a total potential period of performance of 5 years, including a 12-month base period, a 12-month option period 1, a 12-month option period 2, a 12-month option period 3, a 12-month option period 4, an option to extend services, not to exceed 6 months, a 12-month option period 5 and an effective ordering period of 5 years from the contract effective date to place task orders against the IDIQ CLINs. The anticipated contract award date is February 1, 2026, with a February 12, 2026 contract effective date. The contract will be performed onsite at NASA Ames Research Center and offsite at the Contractor�s facilities with approval by the Contracting Officer. Potential offerors should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development. Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in sections L and M take precedence: A Phase-in period will be conducted. The phase-in period will be 60 days in duration and will be established on a separate CLIN. The Government will make available existing Installation-Accountable Government Property (IAGP) for contract performance and Government-Furnished Property (GFP) for use at the Government�s facility as described in the RFP. NASA has determined that this acquisition may give rise to a potential organizational conflict of interest (OCI). Accordingly, the attention of prospective offerors is invited to Federal Acquisition Regulation (FAR) Subpart 9.5 Organizational Conflicts of Interest. Offerors are required to submit an acceptable OCI Plan in accordance with the requirements of Data Requirements Description (DRD 012), Organizational Conflict of Interest Plan. Further instructions/provisions are located in Section L.2.(a)(4). NASA ARC appreciates the comments received in response to the release of the Draft RFP. These comments resulted in improvements to the quality and content of the overall RFP. Offerors should review the RFP in its entirety, as its content has changed from the Draft RFP version. The following list identifies some areas where significant changes or clarifications have been made from the Draft RFP to this final RFP that may not have been addressed in the Draft RFP questions and responses; Evaluation Strategy � The AFSS II evaluation strategy no longer includes the Mission Suitability factor. The evaluation now consists of a two-factor best value trade of between the Past Performance Factor and the Cost/Price Factor. This remains a Best Value Evaluation. Addition of Government�s estimate of direct labor hours and labor categories (i.e., plug labor categories and labor hours) for all CPAF CLIN. The Cost/Price Template Workbook and Cost/Price Factor portion of Sections L&M have been updated to reflect the addition of Government�s estimate of direct labor hours and labor categories and to improve clarity based on feedback from industry. Increased the page limitations for the Past Performance Volume based on industry feedback. The evaluation of Government Property Management Plans and Data Rights Assertions will be evaluated for eligibility rather than as part of the Management Approach Subfactor under the Mission Suitability Factor. These are required items for the evaluation so the prudent decision was to evaluate them for eligibility since the Mission Suitability Factor will not be included in this evaluation. This list is not intended to cover all changes nor describe all RFP requirements. Offerors should carefully review the RFP in its entirety. Be advised, in accordance with provision L.1(a)(2), offerors need to encourage their references to submit their Past Performance Questionnaires directly to the Contracting Officer prior to proposal due date. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal. Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.215-1, INSTRUCTIONS TO OFFERORS�COMPETITIVE ACQUISITION, in particular paragraph (f)(4) which discusses the Government�s right to award a contract without discussions. Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online reference/technical/bidders library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) 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 This RFP does not commit NASA ARC to pay any proposal preparation costs, nor does it obligate NASA ARC 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. Proposals submitted in response to this solicitation shall be due no later than (October 14th, 2025, 1:00PM PT). Proposals for this solicitation are required to be submitted through NASA�s Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform. Potential offerors, especially those that have not previously submitted a proposal utilizing NASA�s EFSS Box, are encouraged to review the solicitation instruction entitled �Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA�s EFSS Box� which provides instructions related to the submission of proposal via EFSS Box. Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA�s EFSS Box. In accordance with NFS 1815.201(f), a �Blackout Notice� has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below. All questions regarding this RFP should be submitted using the RFP Question Template Attached to this announcement, in writing, electronically to Anna Foreman, Contracting Officer, at anna.m.foreman@nasa.gov on or before (September 23rd, 2025, 1:00PM PT). Offerors are encouraged to submit questions as soon as possible for consideration. Offerors who do not use the template, or fail to complete all sections of the template, risk their questions be unanswered. Thank you for your support. We look forward to receiving your proposals.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f7c83fd05f2f4ee89dfd7eb1ae09f947/view)
 
Place of Performance
Address: Moffett Field, CA 94035, USA
Zip Code: 94035
Country: USA
 
Record
SN07581297-F 20250910/250908230039 (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.