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 Marshall Space Flight Center (MSFC) is soliciting proposals for the Engineering Services and Science Capability Augmentation (ESSCA) II contract. This hybrid Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum potential value of $3.248 billion, seeks to provide comprehensive engineering and science skills augmentation support and related services. Proposals are due Monday, March 16, 2026, at 2:00 p.m. Central Time.
Scope of Work
The ESSCA II contract will provide a broad spectrum of engineering and science capability skills augmentation support and related services. This includes research, design, development, analysis, testing, operations, and sustaining engineering. Work will primarily support MSFC, Michoud Assembly Facility (MAF), and Stennis Space Center (SSC), with limited support capability for NASA Headquarters and other NASA Centers. The contract also covers end-item deliverables such as software, trade studies, support equipment, prototypes, flight hardware, and electronic systems.
Contract Details
- Contract Type: Hybrid IDIQ, allowing for Cost-Plus-Award-Fee (CPAF), Cost-Plus-Fixed-Fee (CPFF), and Firm-Fixed-Price (FFP) orders.
- NAICS Code: 541715 (Research and Development in the Physical, Engineering, and Life Sciences, Exception 3 Guided Missiles and Space Vehicles), with a size standard of 1,300 employees.
- Competition: Full and Open Competition. Small Business subcontracting goals are specified.
- Value: Maximum potential value of $3,248,200,000.
- 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), plus a six-month option to extend services.
Submission & Evaluation
- Proposal Due: Monday, March 16, 2026, 2:00 p.m. Central Time.
- Submission Method: Proposals must be submitted via NASA’s Enterprise File Sharing and Sync Box (EFSS Box).
- Proposal Structure: Four volumes: Mission Suitability (175 pages), Cost (no page limit), Past Performance (50 pages), and Contract (no page limit).
- 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.
- Key Requirements: Offerors must possess a Top Secret facility clearance at the time of proposal submission, submit an Organizational Conflict of Interest (OCI) Plan, and disclose any intent to use Artificial Intelligence (AI) for contract requirements. The government-provided Excel Pricing Model (Attachment L-1) must be used for cost proposals.
Amendments & Important Notes
This solicitation has undergone several amendments. Amendment 00002, posted on February 27, 2026, updated the Attachment L-1 Excel Pricing Model and officially extended the proposal due date to March 16, 2026. Offerors are responsible for downloading the amended solicitation in its entirety and acknowledging all amendments. No further questions will be accepted.