Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2025 SAM #8776
SOURCES SOUGHT

S -- NASA Fire Services Contract (NFSC) II

Notice Date
12/4/2025 7:37:41 AM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC026R0003-SS
 
Response Due
3/26/2025 2:00:00 PM
 
Archive Date
12/01/2026
 
Point of Contact
Melissa Boughton
 
E-Mail Address
ksc-nfsc-ii@mail.nasa.gov
(ksc-nfsc-ii@mail.nasa.gov)
 
Small Business Set-Aside
8A 8a Competed
 
Description
12/4/2025 - Update The purpose of this notice is to inform industry of the competition type for this acquisition and to provide a preliminary schedule for NFSC II. This acquisition will be solicited as a competitive 8(a) small business set-aside. For planning purposes, the Government anticipates: Estimated Release of the Draft Performance Work Statement: January 2026 Estimated Release of the Draft Solicitation: February 2026 Estimated Release of the Solicitation: April 2026 Estimated Proposal Due Date: May 2026 Estimated Contract Award: September 2026 Contract Start: December 2026 This preliminary schedule is provided for planning purposes only and shall not be construed as a commitment by the Government. As of this date, no solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on https://sam.gov. Interested firms are responsible for monitoring this website for release of any solicitation or synopsis. The Contracting Officer encourages interested firms to register on the Interested Vendors List available with this notice. Reference to the Interested Vendors List is neither an endorsement nor representative of a preference, by NASA, for any of the listed companies. The Contracting Officer intends to update this notice to announce future industry engagement opportunities with the NFSC II Requirements Development Team/Source Evaluation Board (e.g. one-on-one meetings, site visits, presolicitation or preproposal conferences). 3/12/2025 - Sources Sought Section 1: Introduction The National Aeronautics and Space Administration (NASA) John F. Kennedy Space Center (KSC) is hereby soliciting information from potential sources for the acquisition of fire services, as described herein, under a contemplated NASA Fire Services Contract (NFSC) II. The NFSC II contract will succeed the current NFSC contract, with performance commencing no earlier than October 2026. The NFSC II will support the following locations: Ames Research Center (ARC), Wallops Flight Facility (WFF), KSC, White Sands Test Facility (WSTF), Jet Propulsion Laboratory (JPL), and Stennis Space Center (SSC). NASA is seeking capabilities from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Serving Institutions (MSI) for the purposes of determining the appropriate level of competition and/or Small Business and HBCU/MSI subcontracting goals for this requirement. However, the requirements of FAR 19.815 applies to the NFSC II acquisition. 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. The North American Industry Classification System (NAICS) code is 561990, All Other Support Services, and the corresponding small business size standard is $16.5 million (calculated in accordance with 13 CFR 121.104). Section 2: NFSC II Requirements The complete NFSC II requirements under the performance work statement are to be defined. Requirements contemplated under the NFSC II include, but are not limited to the following, and are based on the best information available at the time of publication and is subject to revision: 1. Fire Operations and Fire Fighting Fire Operations and Fire Fighting encompasses Firefighters responding to all fire and medical emergencies at a NASA Center including but not limited to: technical rescue, hazardous material response, causality rescue, aircraft rescue and firefighting, and hydrant testing. 2. Emergency Medical Services-Paramedic (Advanced Life Support) Emergency Medical Services-Paramedic (Advanced Life Support) encompasses an advanced set of medical skills and protocols used to treat life threatening conditions such as cardiac arrest, stroke, and myocardial infarction (heart attack). 3. Fire Protection Engineering Fire Protection Engineering perform matters relating to: type of construction, occupancy classification, facility separation, water supplies, fire alarm detection systems, standpipe systems, suppression systems, and life safety requirements. 4. Fire Prevention Inspection Program Fire prevention personnel carry out tasks such as: inspections, identification of hazards, and hot work permits. 5. Provide Fire Services Training 6. Conduct Fire Investigations Section 3: Industry Engagement The NFSC II Requirements Development Team (RDT) intends to hold various industry engagement opportunities throughout the acquisition process. At this time, the NFSC II RDT contemplates one-on-one meetings with industry following receipt of capability statements. The purpose of the one-on-one meetings is to provide respondents an opportunity to elaborate on any capabilities expressed in their respective capability statements of the sources sought notice, to enhance the RDT�s understanding of industry capabilities and feedback. Meetings will take place from 9:00 AM to 5:00 PM EDT, the week of April 7, 2025, via conference call or Microsoft Teams. Meetings will not exceed 30 minutes in length. Respondents interested in meeting with the RDT are requested to provide in its capability statement the names, company affiliation, and titles of those who will attend (to include your respective contract manager(s) or contract administrator(s)). Note: All other interested parties may contact the contracting officer listed in Section 4 to schedule time to meet with the RDT to provide comments or feedback regarding strategy feedback or capabilities. Industry is further encouraged to revisit this notice for announcement of any additional engagement opportunities in the future. Section 4: Submission Information All responses shall be submitted electronically via email to the Contracting Officer at ksc-nfsc-ii@mail.nasa.gov no later than March 26, 2025, 5:00 PM EDT. Please reference the Notice ID 80KSC026R0003-SS and �NFSC II� in the subject line of any response. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 12 pages indicating the ability to perform all aspects of the effort. Do not include proprietary or confidential information. A page is defined as, one side of a sheet, 8 1/2"" x 11"", with at least one-inch margins on all sides, using not smaller than 12-point type. Foldouts count as an equivalent number of 8 1/2"" x 11"" pages. Responses must be submitted electronically in portable document format (PDF), with searchable text. The capability statement must include: � Company�s name, address, and a point of contact (name, e-mail address, and address), � Unique Entity Identifier number and Commercial and Government Entity (CAGE) Code, � Number of years in business and annual receipts corresponding to the period of measurement used (see 13 CFR 121.104(c)), � Company�s size under NAICS code 561990, All Other Support Services, with a $16.5 million size standard � Company�s socioeconomic status � Number of employees � GSA Contract Number with expiration date, MAS, and SIN (if applicable) for the NFSC II requirements � Ownership, affiliate information (as applicable) including parent company and joint venture partners, � Interest as a NFSC II prime or subcontractor, � Company�s specific capabilities relevant to the requirements contemplated above. It is not sufficient to provide general brochures or generic information. In addition, the capability statement must include, at a minimum, three contracts in effect during the period: February 1, 2022, to the present. For each contract, identify/provide the following: contract number; agency or customer name; period of performance; the company�s role (i.e., prime or subcontractor); number of employees; and contract or subcontract value. Section 5: Other 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. This sources sought notice 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. The Government has enabled the interested vendor list feature for this notice, interested firms are encouraged to register. Provision of this list is neither an endorsement nor representative of a preference, by NASA, for any of the listed companies. NASA FAR Supplement clause 1852.215-84, Ombudsman, is applicable. The Procurement Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3c34a7d0420c43daaebce4d59ddea554/view)
 
Place of Performance
Address: FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN07658174-F 20251206/251204230039 (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.