Draft RFP and Pre-solicitation Synopsis: Engineering Services and Science Capability Augmentation (ESSCA) II
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
NASA's Marshall Space Flight Center (MSFC) has released a Draft Request for Proposal (DRFP) and Pre-solicitation Synopsis for the Engineering Services and Science Capability Augmentation (ESSCA) II contract. This full and open competition seeks to provide engineering and scientific skills augmentation and related services primarily to MSFC, Michoud Assembly Facility (MAF), and Stennis Space Center (SSC), with potential use by other NASA Centers. The contract is a single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) with a maximum potential value of $3.248 billion. The anticipated RFP release is January 30, 2026, with proposals due March 11, 2026.
Scope of Work
The ESSCA II contract will provide skills augmentation and end-item deliverables across major skill areas including Aerosciences, Avionics & Electrical Systems, Flight Software and Ground Test, Materials Research, Operability, Optics, Propulsion Systems, Scientific Disciplines, Structural and Mechanical, Systems Engineering, Test Design and Operations, and Thermal and Fluids. Work categories include providing engineering products for flight and science missions, technical oversight/insight support, and research and development activities.
Contract Details
- Contract Type: Single-award IDIQ, hybrid with Cost-Plus-Award-Fee (CPAF), Cost-Plus-Fixed-Fee (CPFF), and Firm-Fixed-Price (FFP) orders.
- Set-Aside: Full and Open Competition.
- NAICS Code: 541715 (Research and Development in the Physical, Engineering, and Life Sciences), Size Standard: 1,300 Employees.
- Product Service Code: R425 (Support-Professional: Engineering/Technical (non-IT)).
- Period of Performance: 8 years and 10 months, including a 4-month phase-in (Oct 1, 2026 - Jan 31, 2027), a 5-year base ordering period (Feb 1, 2027 - Jan 31, 2032), a 3-year optional ordering period (Feb 1, 2032 - Jan 31, 2035), and a 6-month optional extension.
- Maximum Value: $3,248,200,000.
Key Dates & Actions
- Virtual Industry Day: Held December 10, 2025. Briefing charts and attendee lists are available on SAM.gov.
- Questions Due: February 10, 2026, 2:00 p.m. Central Time. Submit electronically to Sadie Moulton (sadie.m.moulton@nasa.gov) and Erin Richardson (erin.h.richardson@nasa.gov).
- Anticipated RFP Release: On or about January 30, 2026.
- Anticipated Offer Due: On or about March 11, 2026.
- Anticipated Contract Award: September 30, 2026.
Evaluation Criteria
Award will be based on a best value tradeoff, with Mission Suitability being the most important individual factor, followed by Past Performance, then Cost. Mission Suitability and Past Performance combined are significantly more important than Cost. Mission Suitability subfactors include Management and Technical Approach, Workforce Sustainment and Total Compensation, and Small Business. An Organizational Conflict of Interest (OCI) Plan is required.
Special Requirements
Offerors must possess a Top Secret facility clearance at the time of proposal submittal. The Government does not intend to acquire commercial products or services under FAR Part 12.
Important Notes
This is a DRFP for planning purposes; it is not a request for proposals. All dates are subject to change. Interested parties are responsible for monitoring SAM.gov for the release of the final solicitation and any amendments.