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
NASA's George C. Marshall Space Flight Center (MSFC) has released the Final Request for Proposal (RFP) for the Engineering Services and Science Capability Augmentation (ESSCA) II contract. This opportunity seeks to provide comprehensive engineering and science skills augmentation support and related services to MSFC, Michoud Assembly Facility (MAF), Stennis Space Center (SSC), and potentially other NASA Centers and Headquarters. The contract also includes scope for MSFC end-item deliverables. This is a full and open competition with proposals due by March 11, 2026, 2:00 p.m. Central Time (CT).
Scope of Work
The ESSCA II contract encompasses a broad spectrum of engineering and science disciplines, including research, design, development, analysis, testing, operations, and sustaining engineering. Services will be provided via Task Orders (TOs) for skills augmentation and Delivery Orders (DOs) for end-item deliverables. Key deliverables may include software, trade studies, support equipment, prototypes, flight hardware, and electronic systems. Work locations include Huntsville, AL, MAF, SSC, and other NASA facilities.
Contract Details
This will be a 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. The maximum potential value is $3,248,200,000. The contract includes a four-month phase-in period (Oct 1, 2026 - Jan 31, 2027), a five-year base ordering period (Feb 1, 2027 - Jan 31, 2032), and an option for a three-year additional ordering period (Feb 1, 2032 - Jan 31, 2035). The NAICS code is 541715 (Research and Development in the Physical, Engineering, and Life Sciences, Exception 3 Guided Missiles and Space Vehicles), with a small business size standard of 1,300 employees. A Top Secret facility clearance is required at the time of proposal submittal.
Submission & Evaluation
Proposals are due by March 11, 2026, 2:00 p.m. CT, and must be submitted via NASA’s Enterprise File Sharing and Sync (EFSS) Box. The acquisition will utilize a best value tradeoff evaluation, where Mission Suitability, Cost, and Past Performance are considered. Mission Suitability is the most important individual factor, followed by Past Performance, then Cost, with Mission Suitability and Past Performance combined being significantly more important than Cost. Offerors must use the provided Excel Pricing Model (Attachment L-1) and are required to submit an Organizational Conflict of Interest (OCI) Plan. Disclosure of intent to use Artificial Intelligence (AI) is also required.
Amendments & Important Notes
This RFP has undergone several modifications, including Amendment 00001 (posted February 24, 2026), which responded to industry questions, provided a change log, and revised key solicitation files (Sections A-I, J-M, and Attachment L-5-A). Offerors must acknowledge receipt of all amendments on the SF30 or in a transmittal letter; failure to do so may result in proposal rejection. The deadline for submitting questions has passed. Offerors are responsible for downloading the amended solicitation in its entirety and monitoring SAM.gov for any future updates.