Final RFP Engineering Services and Science Capability Augmentation (ESSCA) II

SOL #: 80MSFC26R0002Solicitation

Overview

Buyer

National Aeronautics And Space Administration
National Aeronautics And Space Administration
NASA MARSHALL SPACE FLIGHT CENTER
HUNTSVILLE, AL, 35812, United States

Place of Performance

Huntsville, AL

NAICS

Research and Development in the Physical (541715)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 30, 2025
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Mar 11, 2026, 7:00 PM

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

The National Aeronautics and Space Administration (NASA) George C. Marshall Space Flight Center (MSFC) has released the Final Request for Proposal (RFP) for Engineering Services and Science Capability Augmentation (ESSCA) II. This full and open competition seeks to award a hybrid Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a maximum potential value of $3.248 billion to provide critical engineering and science support. Proposals are due March 11, 2026.

Purpose & Scope

The principal purpose of the ESSCA II contract is to provide comprehensive engineering and science capability skills augmentation support and related services to MSFC, including the Michoud Assembly Facility (MAF) and Stennis Space Center. The scope also includes the capability to provide limited skills augmentation support to NASA Headquarters and all other NASA Centers, as well as fulfilling MSFC end-item deliverable requirements. This encompasses a broad spectrum of engineering and science disciplines, including research, design, development, analysis, testing, operations, and sustaining engineering, with end-item deliverables such as software, trade studies, prototypes, and flight hardware.

Contract Details

  • Contract Type: Hybrid Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, allowing for Cost-Plus-Award-Fee (CPAF), Cost-Plus-Fixed-Fee (CPFF), and Firm-Fixed-Price (FFP) orders.
  • Maximum Potential Value: $3,248,200,000 (including options).
  • Period of Performance: A four-month phase-in period (October 1, 2026 - January 31, 2027), a five-year base ordering period (February 1, 2027 - January 31, 2032), and an option for a three-year additional ordering period (February 1, 2032 - January 31, 2035), with a 6-month option to extend services.
  • Anticipated Award Date: September 30, 2026.
  • NAICS Code: 541715 (Research and Development in the Physical, Engineering, and Life Sciences, Exception 3 Guided Missiles and Space Vehicles).
  • Size Standard: 1,300 employees.
  • Set-Aside: Full and Open Competition.

Key Requirements

  • Top Secret facility clearance is required at the time of proposal submission.
  • Offerors must submit an Organizational Conflict of Interest (OCI) Plan.
  • Offerors must disclose any intent to propose or plan to use Artificial Intelligence (AI) to perform contract requirements.
  • Adherence to NASA IT security, safety, health, and environmental standards.
  • Cost proposals must utilize the provided Excel Pricing Model (Attachment L-1).

Submission & Evaluation

  • Proposals Due: March 11, 2026, 2:00 p.m. Central Time (CT).
  • Questions Due: February 10, 2026, 2:00 p.m. CT.
  • Submission Method: Via NASA’s Enterprise File Sharing and Sync (EFSS) Box.
  • Proposal Volumes: Mission Suitability (215 pages), Cost (No Page Limit), Past Performance (50 pages), and Contract (No Page Limit).
  • Evaluation: Best value tradeoff. Mission Suitability and Past Performance combined are significantly more important than Cost.
    • Mission Suitability Subfactors: Management and Technical Approach (450 points), Workforce Sustainment and Total Compensation (400 points), and Small Business (150 points).
    • Small Business Goals: Specific subcontracting goals include 40% Small Business, 10% WOSB, 5% SDB, 6% VOSB, 5% SDVOSB, 3.5% HUBZone, and 0.6% HBCU/MI. A small business prime will automatically receive 150 points for the Small Business subfactor.

Contact

All inquiries should be directed to Sadie Moulton, Contracting Officer, at sadie.m.moulton@nasa.gov.

People

Points of Contact

Sadie MoultonPRIMARY

Files

Files

View
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Solicitation
Posted: Feb 26, 2026
View
Version 7
Solicitation
Posted: Feb 17, 2026
View
Version 6
Solicitation
Posted: Feb 9, 2026
View
Version 5Viewing
Solicitation
Posted: Jan 26, 2026
Version 4
Pre-Solicitation
Posted: Jan 15, 2026
View
Version 3
Pre-Solicitation
Posted: Dec 12, 2025
View
Version 2
Pre-Solicitation
Posted: Dec 4, 2025
View
Version 1
Pre-Solicitation
Posted: Sep 30, 2025
View