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 Marshall Space Flight Center (MSFC) is soliciting proposals 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 other NASA Centers. The contract also includes requirements for MSFC end-item deliverables. Proposals are due Monday, March 16, 2026, at 2:00 p.m. Central Time.
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 through Task Orders (TOs) for skills augmentation and Delivery Orders (DOs) for end-item deliverables. End-item deliverables may include software, trade studies, support equipment, prototypes, flight hardware, electronic systems, and training materials. Work will primarily be performed at MSFC in Huntsville, AL, but also at MAF, SSC, and potentially other NASA Centers.
Contract Details
- Type: Hybrid Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract.
- Contract Vehicles: 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 1, 2026 - Jan 31, 2027), a five-year base ordering period (Feb 1, 2027 - Jan 31, 2032), and a three-year optional ordering period (Feb 1, 2032 - Jan 31, 2035), with an option to extend services for six months.
- Set-Aside: Full and Open Competition.
- 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.
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).
- Evaluation: Best value tradeoff, with Mission Suitability, Cost, and Past Performance as key factors. Mission Suitability is 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: Management and Technical Approach, Workforce Sustainment and Total Compensation, and Small Business.
- Cost Volume: Must use the provided Excel Pricing Model (Attachment L-1).
- Past Performance: Evaluated based on federal, state, local, and private contracts within the last five years.
- Key Requirements: Offerors must possess a Top Secret facility clearance at the time of proposal submission and submit an Organizational Conflict of Interest (OCI) Plan. Disclosure of intent to use Artificial Intelligence (AI) is also required.
Important Notes
This solicitation incorporates changes from the Revolutionary FAR Overhaul (RFO) and associated Procurement Class Deviations (PCD). Offerors are responsible for downloading the amended solicitation in its entirety and acknowledging all amendments. No further questions will be accepted.