Final RFP Engineering Services and Science Capability Augmentation (ESSCA) II
Solicitation from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: AL. Response deadline: Mar 11, 2026. Industry: NAICS 541715 • PSC R425.
Market snapshot
Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541715
Description
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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.