Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 3 PM
Solicitation
Mountain view California

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

Details

Solicitation ID 80ARC025R0001
Posted Date 26 Jun 2025 at 3 PM
Response Date 28 Jul 2025 at 4 PM
NAICS Category
Product Service Code
Set Aside 8(a) Set-Aside (FAR 19.8)
Contracting Office Nasa Ames Research Center
Agency National Aeronautics And Space Administration
Location Mountain view California United states 94035

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

National Industries For The Blind

Wayne Earth city Alexandria

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sign up to access Documents

Signup now

6/26/2025: Update

NASA ARC is providing the first set of answers to questions received in response to the AFSS II Industry Day and Draft RFP in the attached spreadsheet. Due to the significant number of questions received, there will be additional answers provided as updates to this attachment. Additionally, NASA ARC appreciates the comments received in response to the release of the Draft RFP. These comments resulted in improvements to the quality and clarity of the upcoming AFSS II RFP.

When the AFSS II RFP is released, Offerors should review the RFP in its entirety, as its content has changed from the Draft RFP version. The following list identifies some aspects of the AFSS II RFP that will differ from the AFSS II DRFP made which may not have been addressed in the Draft RFP questions and responses;

  • Evaluation Strategy – The AFSS II evaluation criteria will no longer include the Mission Suitability factor. The evaluation now consists of a two-factor best value tradeoff between the Past Performance Factor and the Cost/Price Factor. This remains a Best Value Evaluation.
  • Based on feedback from industry, the RFP will include the Government’s estimate of direct labor hours and labor categories (i.e., plug labor categories and labor hours) for all CPAF CLINs. The Cost/Price Template Workbook and Cost/Price Factor portion of Sections L&M will be updated to reflect the addition of the Government’s estimate of direct labor hours and labor categories to assist Offerors in the development of their Cost/Price proposals based on feedback from industry.
  • Based on feedback from industry, the page limitations for the Past Performance Volume will be increased.
  • 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.
  • A second IDIQ CLIN has been added for Firm Fixed Price Task Orders. There are now two IDIQ CLINs, one for CPAF Task Orders and one for Firm Fixed Price Task Orders.
  • Early submittal of the past performance volume is no longer encouraged.

This list is not intended to cover all changes nor describe all RFP requirements.

Please also note the following guidance:

  • At this time additional questions on the DRFP will not be answered;
  • Any questions submitted pertaining to the mission suitability factor, or other aspects of the DRFP that will not be included in the RFP, will not be answered;
  • In case of conflicting information between the AFSS II DRFP, including the Q&A, and the AFSS II RFP, the information in the AFSS II RFP will take precedence.
  • Potential Offerors will have an opportunity to submit questions on the AFSS II RFP after it has been issued.

--------------------------------------------------------------------------------------------------------------------------------------------------------------------------

5/30/2025: Update

Notice of Upcoming Ames Facilities Support Services II Draft Request for Proposal (DRF)
Questions and Answers and the Request for Proposal (RFP)


The AFSS II team received a significant number of high-quality questions in response to the Draft
Request for Proposal (DRFP) posted on April 3, 2025.


To address these questions, NASA’s procurement team is revising the DRFP, which will delay the release
of the final RFP and associated questions and answers until later in Fiscal Year 2025. We encourage all
8(a) certified businesses to stay informed by visiting the sam.gov website regularly.

---------------------------------------------------------------------------------------------------------------------------------------

You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Ames Research Center’s (ARC) Ames Facilities Support Services II (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 large wind tunnels, 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.

Potential offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, schedules, proposal instructions, and evaluation approaches; and any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other programmatic risk issues associated with performance of the work. Potential offerors are also encouraged to comment on the DRFP Contract Line-Item Number (CLIN) structure, Performance Work Statement (PWS), classification of any labor categories, and any unique terms and conditions. ARC is interested in lowering maintenance costs by extensively using predictive testing and inspection (PT&I) and remotely monitored condition-based maintenance (CBM) techniques and technologies. Additionally potential offerors are encouraged to comment specifically on any requirements or evaluation terms that are unclear and what revisions, if any, would make it more likely for a potential offeror to submit a proposal to a future RFP for this procurement. 

This DRFP is not a solicitation and NASA is not requesting proposals.  This DRFP neither commits NASA ARC to pay any proposal preparation costs, nor does it obligate NASA ARC to procure or contract for this requirement.  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.

Any comments regarding the DRFP should be submitted electronically in writing, to Anna Foreman, Contracting Officer, at [email protected], within 21 calendar days after the release of this DRFP. If a respondent believes their comments contain confidential, proprietary, competition sensitive, or business information, those questions/comments shall be marked appropriately.  However, questions that are marked as containing confidential, proprietary, competition sensitive or business information will not be provided a Government response.  The Government will consider all comments received in preparation of the Final RFP.  To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFP.  Some DRFP questions and comments may receive a posted response to the Government Point of Entry if the Contracting Officer determines that a response would facilitate additional understanding of the solicitation. 

The following documents have not been uploaded as of 04/03/2025:

  1. J.1(b) Attachment 2: Standard Labor Category Descriptions
  2. J.1(b) Attachment 5: Quality Assurance Survillence Plan - Added 4/8/2025
  3. Performance Work Statement Attachments as described in Section 14 of Attachment 1, Section J.1(a).

 Thank You, 

Anna Foreman

Contracting Officer

Similar Opportunities

Orlando Florida 01 Oct 2025 at 4 AM (estimated)
Orlando Florida 31 Dec 2025 at 5 AM (estimated)
Atlanta Georgia 24 Jul 2025 at 9 PM
Hampton Virginia 31 Dec 2025 at 5 AM (estimated)