Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

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

Active
80MSFC26R0002Federal
AI Contract Overview
Show more

NASA’s Marshall Space Flight Center (MSFC) has issued a draft request for proposals (DRFP) for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, aimed at soliciting feedback and questions from industry stakeholders before the final solicitation is released. The contract will support MSFC, including the Michoud Assembly Facility (MAF) and Stennis Space Center (SSC), as well as other NASA centers and headquarters, by providing a range of engineering and scientific skillsets. Key disciplines include aerosciences, avionics, flight software, materials research and testing, optics, propulsion, systems engineering, structural and mechanical expertise, test design, operability, and thermal and fluids analysis. The contractor may be required to supply engineering products, deliverables, and provide technical oversight for NASA’s flight, science, and research and development missions. ESSCA II is planned as a single-award, indefinite-delivery, indefinite-quantity (IDIQ) contract using a mix of cost-plus-award-fee, cost-plus-fixed-fee, and firm-fixed-price orders under NAICS code 541715. The contract will not use commercial item acquisition procedures and includes a potential period of performance of nearly nine years, composed of a phase-in, base, optional, and extension periods. The DRFP is for planning and industry input only, with interested parties encouraged to review and comment by October 20, 2025, and attend a virtual industry day on October 17, 2025. While proposal submission is not yet permitted, the formal Request for Proposals (RFP) is anticipated in mid-November 2025, with proposals due in January 2026. All solicitation materials will be available through SAM.gov, and it is the responsibility of potential offerors to monitor updates. The contracting lead is Sadie Moulton, and the contract is managed by MSFC in Huntsville, Alabama.

General Info

NASA MSFC seeks industry feedback for ESSCA II contract providing diverse engineering and science services.

Agency

National Aeronautics And Space Administration → NASA Marshall Space Flight Center

View Agency

NAICS

541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)

View NAICS

Place of Performance

Huntsville, AL, USA

Set-Aside

NONE
Documents(23)

Amendment 00002 Attachment L-1 Excel Pricing Model for RFP 80MSFC26R0002 ESSCA II

XLSX455 pagesamendment

Amendment 00001 to RFP 80MSFC26R0002 Change Log

PDF19 pagesamendment

Amendment 00002 to NASA ESSCA II RFP 80MSFC26R0002 Sections J-M

DOCX394 pagesamendment

Amendment 00001 to RFP 80MSFC26R0002 ESSCA II Sections A-I

PDF86 pagesamendment

ESSCA II Draft to Final RFP Clause and Provision Change Matrix 80MSFC26R0002

PDF18 pagesmatrix

Amendment 00002 to Solicitation 80MSFC26R0002 for ESSCA II

PDF2 pagesamendment

NASA ESSCA II RFP 80MSFC26R0002 Attachment L-1 Excel Pricing Model

XLSX455 pagespricing-model

80MSFC26R0002 ESSCA II Virtual Industry Day Attendee List

PDF3 pagesindustry-day

NASA MSFC 80MSFC26R0002 ESSCA II Final RFP Cover Letter and Sections J-M

DOCX395 pagesrfp

Amendment 00001 to Solicitation 80MSFC26R0002

PDFamendment

Amendment 00001 to RFP 80MSFC26R0002 Appendix C Questions and Responses

PDF21 pagesamendment

Attachment J-12-A Installation Accountable Property List

XLSX15 pagescontract-document

ESSCA II Interested Parties List 2025-12-15

PDF2 pagesinterested-parties-list

80MSFC26R0002 ESSCA II RFP to Amendment 00001 Clause and Provision Change Matrix

PDF15 pagesamendment

Amendment 00001 to NASA ESSCA II RFP 80MSFC26R0002 Sections J-M

DOCX394 pagesamendment

RFP 80MSFC26R0002 ESSCA II Sections A-I

PDF84 pagesrfp

80MSFC26R0002 DRFP Questions and Responses Appendix A

PDF22 pagesq-and-a

80MSFC26R0002 Appendix B DRFP to RFP Change Log

PDF44 pagesamendment

NASA MSFC ESSCA II Draft Request for Proposal 80MSFC26R0002

DOCX497 pagesdrfp

Draft RFP 80MSFC26R0002 ESSCA II Virtual Industry Day Briefing

PDFindustry-day

NASA RFP 80MSFC26R0002 Attachment L-1 Excel Pricing Model

XLSX452 pagesrfp-attachment-pricing-model

80MSFC26R0002 Attachment J-12-A Installation Accountable Property List

XLSX77 pagesinstallation-accountable-property-list

Solicitation 80MSFC26R0002 NASA MSFC Engineering Support Branch

PDF59 pagesrfp

AI Contract Breakdown
Uniform Contract Format

Sign up to view the full breakdown with detailed analysis of each section.

Timeline
5 updates
PhaseSolicitation
Amendment 1

Contract was updated

Amendment 2

Contract was updated

Type Changed

Presolicitation → Solicitation

Amendment 4

Contract was updated

Amendment 5

Contract was updated

Posted

Presolicitation

Amendment 6

Contract was updated

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyNational Aeronautics And Space Administration → NASA Marshall Space Flight Center
Contacts1 person available
OfficeHUNTSVILLE, AL, 35812, USA
Organization / Agency
National Aeronautics And Space Administration → NASA Marshall Space Flight Center
View Agency Profile
Office Address

HUNTSVILLE, AL, 35812, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more

Modification 3: The purpose of this modification is to post Amendment 00002 to the 80MSFC26R0002 ESSCA II solicitation and to provide an ESSCA II RFP to Amendment 00001 Clause and Provision Change Matrix.  


  1. The primary purpose of Amendment 00002 is to provide an update to Attachment L-1 Excel Pricing Model as further defined in Block 14 of the Amendment 00002 SF30.  

    As a result of this change, the due date for proposal submission has been extended to Monday, March 16, 2026, 2:00 p.m. Central Time.  
     

  2. This posting also provides an ESSCA II RFP to Amendment 00001 Clause and Provision Change Matrix. This matrix is provided to assist potential offerors in navigating FAR and NFS clause and provision updates resulting from the Revolutionary FAR Overhaul (RFO) and associated Procurement Class Deviations (PCD). This matrix is not an official Agency guidance document but is provided to assist in assessing impacts to the ESSCA II RFP which was released January 30, 2026. The matrix may not capture every change resulting from the RFO and associated PCDs. Interested parties are under no obligation to use or rely on the information provided in this matrix. The ESSCA II final 80MSFC26R0002 RFP, inclusive of any amendments that may be published, takes precedence over the information provided in this matrix.   



Offerors are responsible for downloading their own copy of the amended solicitation in its entirety. Furthermore, it also remains each offeror's responsibility to continue monitoring sam.gov for any future amendment(s) to this solicitation. As part of any resultant proposal submission, offerors shall acknowledge receipt of all solicitation amendment(s). 


_________________


Modification 2: The purpose of this modification is to post Amendment 00001 to the 80MSFC26R0002 ESSCA II solicitation.


The primary purpose of Amendment 00001 is to respond to industry questions and comments in relation to the ESSCA II solicitation. File 2026 02 23__Amendment 00001 80MSFC26R0002 Appendix C RFP Questions and Responses.pdf provides responses to questions and comments.


File 2026 02 23__Amendment 00001 80MSFC26R0002 Final RFP to Amendment 00001 Appendix D Change Log.pdf provides a list of changes made between issuance of the RFP on January 30, 2026, and the issuance of 80MSFC26R0002 Amendment 00001.


Additionally, as part of this amendment the following solicitation files are revised as noted in Block 14 of file 2026 02 23_Amendment 00001 80MSFC26R0002 SF30.pdf.


  • 2026 02 23__Amendment 00001 80MSFC26R0002 ESSCA II RFP Sections A-I.pdf
  • 2026 02 23__Amendment 00001 80MSFC26R0002 Sections J-M.docx
  • 2026 02 23__Amendment 00001 80MSFC26R0002 Attachment L-5-A Incumbent WYEs and Average Unburdened Hourly Direct Labor Rates.pdf  
    Note: This file is accessible only via the controlled documents section of this posting.

Offerors are responsible for downloading their own copy of the amended solicitation in its entirety. Furthermore, it also remains each offeror's responsibility to continue monitoring sam.gov for any future amendment(s) to this solicitation. As part of any resultant proposal submission, offerors shall acknowledge receipt of all solicitation amendment(s).



Modification 1: The purpose of this modification is to post an ESSCA II Draft RFP to Final RFP Clause and Provision Change Matrix. See attachments section of this posting. 


This matrix is provided to assist potential offerors in navigating FAR and NFS clause and provision updates resulting from the Revolutionary FAR Overhaul (RFO) and associated Procurement Class Deviations (PCD). This matrix is not an official Agency guidance document but is provided to assist in assessing impacts to the ESSCA II draft request for proposal (RFP) which was released September 30, 2025. The matrix may not capture every change resulting from the RFO and associated PCDs; therefore, the Offerors may submit relevant questions to the Agency by February 10, 2026, 2:00 p.m., Central Time. Interested parties are under no obligation to use or rely on the information provided in this matrix. The ESSCA II final 80MSFC26R0002 RFP, inclusive of any amendments that may be published, takes precedence over the information provided in this matrix. 


All other information in this posting remains unchanged.


________________


You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) George C. Marshall Space Flight Center’s (MSFC) Engineering Services and Science Capability Augmentation (ESSCA) II solicitation.


The principal purpose of the ESSCA II contract is to provide engineering and science capability skills augmentation support and related services to MSFC, including the Michoud Assembly Facility (MAF), and Stennis Space Center. The contract will include the capability to provide limited skills augmentation support to NASA Headquarters and all other NASA Centers. The contract will also provide scope for MSFC end-item deliverable requirements.


NASA will conduct this acquisition as a full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), Exception 3 Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts, and the small business size standard is 1,300 employees.


This competitive acquisition will result in a hybrid indefinite-delivery, indefinite-quantity (IDIQ) contract with the ability to issue cost-plus-award-fee (CPAF), cost-plus-fixed-fee (CPFF), and firm-fixed-price (FFP) orders. The contract consists of a four-month phase-in period, a five-year base ordering period, with an option for a three-year additional ordering period.


All questions regarding this RFP should be submitted in writing, electronically to Sadie Moulton, Contracting Officer, at sadie.m.moulton@nasa.gov and courtesy copy Erin Richardson, SEB Chair, at erin.h.richardson@nasa.gov on or before February 10, 2026, 2:00 p.m. Central Time (CT). Offerors are encouraged to submit questions as soon as possible for consideration.


NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf.


In accordance with NFS 1815.201(f), a “Blackout Notice” has been issued to NASA personnel.  All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer.

Similar Contracts

NAICS: 541715
New
State

W7707-257355 - Human-Machine Teaming Research

Defence Research and Development Canada (DRDC) is seeking a contractor to provide specialized Human Factors research and support services on an as-and-when-requested basis through a Task Authorization Contract. The services required cover a broad range of expertise including literature reviews, concept development, experimental design, military expertise and scenario development, survey implementation, field trial logistics, data analysis (both quantitative and qualitative), knowledge elicitation, user interface design, workshop facilitation, software tool development, data science, human systems integration, human-machine teaming, human-AI systems, and comprehensive research reporting. The contract period extends from the date of award through to March 31, 2028, with the option for Canada to extend the contract for three additional one-year periods. This solicitation is managed by the Department of Public Works and Government Services under the Government of Canada, with no specific trade agreements applicable or reasons for limited tendering noted. Submissions must be received by March 20, 2026, with late proposals not accepted. The solicitation encourages interested businesses to consider partnerships, although this does not affect the formal competitive bidding process. The contract aims to support ongoing and emerging human-machine teaming research initiatives, contributing expertise critical to military and defense-related human factors challenges.

Department of Public Works and Government Services

POSTED

3 days ago

DEADLINE

in 19 days

View Details
NAICS: 541715
New
Federal

DLA Emergent IV Research and Development Program

The DLA Emergent IV Research and Development Program, issued under solicitation BAA0001-22 by the Department of Defense’s DCSO Philadelphia office, is a five-year Broad Agency Announcement (BAA) seeking innovative scientific research and experimental proposals to advance knowledge and capabilities in areas not covered by the existing R&D planning process. With a contract ceiling recently increased to $125 million, the BAA invites interested parties to submit initial White Papers addressing specific Areas of Interest (AOIs) outlined in Attachment B of the announcement. If a submission is found promising, applicants may be asked to provide further technical and cost proposals for their project. Since its original posting, the BAA has undergone an extensive series of more than thirty amendments. These include significant updates such as revising and adding AOIs (including Human-Machine Teaming Technologies, Flake Graphite-Based Solutions for PFAS contamination, and Critical Emerging Technologies Transition), changes to the Hackathon competition timelines and formats, clarification and expansion of questions and answers, addition of intellectual property and data rights clauses, adjustment of eligibility and proposal requirements, and revised Points of Contact. Of particular note are the multiple updates to address procedural improvements (such as project transition statements and government property instructions) and to ensure compliance with updated regulations. The BAA remains open for submissions until June 12, 2027, with all interested organizations encouraged to consult the latest attachments and amendments for current requirements and AOI details. Communication regarding this opportunity is managed through a designated DCSO Philadelphia R&D email contact.

Dcso Philadelphia

POSTED

3 days ago

DEADLINE

in over 1 year

View Details
NAICS: 541715
New
Federal

PRESOLICITATION NOTICE: National Space Test and training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR)

The contract pertains to the National Space Test and Training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR) effort, which supports the Operational Test and Training Infrastructure (OTTI) and System Delta 81 (SYD 81) missions. These missions aim to provide space warfighters with interconnected, scalable, and distributed live/physical and synthetic/digital ranges to enable full-spectrum testing and training. This infrastructure is critical for developing, validating, and enhancing joint warfighting capabilities in contested space environments. The contract is structured as a Multiple Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) base vehicle under which contractors will design, develop, integrate, test, and sustain advanced space-based and ground-based systems to support U.S. Space Force operations. The presolicitation notice, issued by the Department of Defense, indicates an upcoming Request for Proposals (RFP) with a solicitation number FA2553-26-R-B001, expected to be released between late February and no later than March 31, 2026. The acquisition will be conducted as a full and open competition under NAICS code 541715, with no set-asides applied. Interested parties are informed that proposals are not currently being accepted in response to this notice. The office responsible for the contract is based at Peterson Space Force Base, Colorado, and contact points are provided for further inquiries. This effort is fundamental to advancing space test and training capabilities crucial for future space operational readiness.

FA2553 Oprn Testing & Trg Infr Otti Pk

POSTED

3 days ago

DEADLINE

in 30 days

View Details
NAICS: 541715
New
Federal

Effect of Radiation Quality and Galactic Cosmic Radiation Simulation on the Risk of Carcinogenesis in an Outbred Mouse Model (HS/Npt)

NASA Johnson Space Center is soliciting proposals under solicitation number 80JSC026R0010 for a contract to study the effect of radiation quality and galactic cosmic radiation on the risk of carcinogenesis in outbred mice. This procurement is conducted as a combined synopsis/solicitation for commercial items in accordance with FAR Subpart 12.6, and no separate written solicitation will be issued. Interested offerors must adhere to clauses and provisions effective through FAC 2025-06 and comply with evaluation criteria emphasizing technical acceptability, past performance, and price, with the first two factors combined deemed significantly more important than price. The NAICS code for this acquisition is 541715, and offerors must declare their size status, with a size standard of 1000 employees. Proposals are due by 1:00 PM CST on March 13, 2026, and must be submitted electronically to designated NASA contacts, Joshua Hlavenka and Katelyn Jaime. Offer submissions must include key information such as the solicitation number, FOB destination, delivery schedule, payment terms, warranty details if applicable, taxpayer identification number, and be signed by an authorized company representative. Offerors are encouraged to use Standard Form 1449 and must provide representations and certifications in accordance with FAR 52.212-3. Questions must be submitted electronically by February 27, 2026, with no telephone inquiries accepted. The contract will be awarded to the offer that provides the best value considering the evaluation factors specified, and all relevant FAR and NASA clauses including contract terms and conditions for commercial items are incorporated by reference. Interested parties are responsible for downloading the complete solicitation and any amendments from SAM.gov.

NASA Johnson Space Center

POSTED

3 days ago

DEADLINE

in 12 days

View Details