Final RFP 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
The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center (MSFC) has released the Final Request for Proposal (RFP) for Engineering Services and Science Capability Augmentation (ESSCA) II. This opportunity seeks to acquire engineering and science skills augmentation support and related services for MSFC, Michoud Assembly Facility (MAF), Stennis Space Center, and potentially other NASA Centers. This is a full and open competition for a hybrid Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Proposals are due March 11, 2026, at 2:00 p.m. Central Time (CT).
Scope of Work
The ESSCA II contract will provide a broad spectrum of engineering and science disciplines, including research, design, development, analysis, testing, operations, and sustaining engineering. Support will cover skills augmentation and end-item deliverables such as software, trade studies, prototypes, flight hardware, and electronic systems. Services will be provided to MSFC, MAF, SSC, and potentially NASA Headquarters and other NASA Centers. Offerors must adhere to NASA IT security, safety, health, and environmental standards, and disclose any intent to use Artificial Intelligence (AI) for contract requirements.
Contract Details
- Contract Type: Hybrid Indefinite-Delivery, Indefinite-Quantity (IDIQ) with 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 (Oct 2026 - Jan 2027), a five-year base ordering period (Feb 2027 - Jan 2032), and an option for a three-year additional ordering period (Feb 2032 - Jan 2035).
- Anticipated Award Date: September 30, 2026.
- NAICS Code: 541715 (Research and Development in the Physical, Engineering, and Life Sciences), Size Standard: 1,300 employees.
- Set-Aside: None (Full and Open Competition).
- Security Requirement: A Top Secret facility clearance is required at the time of proposal submission.
Submission & Evaluation
- Proposal Due Date: March 11, 2026, 2:00 p.m. CT.
- Questions Due Date: February 10, 2026, 2:00 p.m. CT.
- Submission Method: Via NASA’s Enterprise File Sharing and Sync (EFSS) Box.
- Evaluation: 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.
- Proposal Structure: Proposals require volumes for Mission Suitability (up to 215 pages), Cost (no page limit, using Attachment L-1 Excel Pricing Model), Past Performance (up to 50 pages), and Contract (no page limit).
- Organizational Conflict of Interest (OCI): An OCI Plan is required with the proposal.
- Small Business Goals: Specific subcontracting goals are outlined, and a small business prime will receive 150 points for the Small Business subfactor.
Key Amendments & Notes
This final RFP incorporates changes from the Revolutionary FAR Overhaul (RFO) and associated Procurement Class Deviations (PCD). A "Draft RFP to Final RFP Clause and Provision Change Matrix" and a "DRFP to RFP Change Log" detail these modifications, including updated clauses, revised proposal page limitations (Mission Suitability increased to 215 pages), and clarified evaluation criteria. Offerors are encouraged to review these documents and the "DRFP Questions and Responses" for comprehensive guidance.
Contact Information
For questions, contact Sadie Moulton, Contracting Officer, at sadie.m.moulton@nasa.gov, with a courtesy copy to Erin Richardson, SEB Chair, at erin.h.richardson@nasa.gov.