The document is an appendix to the 80MSFC26R0002 DRFP, detailing questions from offerors and the government's responses regarding various aspects of the Request for Proposal. Key topics addressed include font size and page limitations, the inclusion of the ATOMS Suite Requirements Matrix in Volume I's page count, requirements for essential personnel, past performance reference contract duration and value thresholds, and the treatment of innovations. The government clarified small business contracting goals, revised numbering in past performance instructions, and adjusted pricing model details for fee structures and phase-in costs. Other significant points include labor category discrepancies, property management plans, wage determinations, and the evaluation of past performance. The document also addresses technical specifications like ATOMS Suite extensibility and software source code delivery, as well as administrative aspects such as submission formats and subcontractor requirements.
This document outlines the criteria for evaluating past performance in government contracts, specifically for Offerors and subcontractors. Relevancy of referenced contracts is determined by alignment with the Performance Work Statement (PWS) elements. For Offerors, contracts must demonstrate experience in at least four of 14 PWS elements or two of five content element groups. Subcontractor relevancy is based on their proposed workshare. Overall relevancy is assessed by size, content, and complexity, with a contract deemed irrelevant if it fails in any of these areas. Special provisions apply to new joint ventures, where individual partner's past performance is evaluated based on specific relevancy thresholds, and for populated joint ventures, the Offeror must clearly delineate their specific effort and contribution. NASA reserves the right to evaluate past performance for subcontractors and other entities if there is a potential impact on contract performance.
This government file is an inventory of various equipment items, categorized by item name, manufacturer, model number, serial number, and FSC code. The inventory includes a wide range of equipment such as computers (micro, laptop, workstation, server), manufacturing tools (lathes, milling machines, saws, presses, molds), testing and measurement devices (extensometers, oscilloscopes, analyzers, load cells), power supplies, and environmental control units. Key manufacturers identified include Dell Computer Corp, Janicki Industries, MTS Systems Corp, and various other specialized equipment providers. The document details specific models and serial numbers for each item, indicating a comprehensive record-keeping effort across different end-user organizational codes (EM42, ES62, ER13, EM22, ST10, EM32, ST23, EM41, EM40, ES52, ES12, ES23, EV33, EV42, ES53, EV43, ET20, ET30, EV30, ET50, ES32, EV74). The purpose of this document appears to be to catalog assets, which is crucial for federal government RFPs, federal grants, and state/local RFPs for procurement, asset management, or grant reporting.
The ESSCA II RFP Number 80MSFC26R0002 outlines the cost proposal requirements for prime offerors and major subcontractors, focusing on the detailed breakdown of total costs. The proposal requires offerors to complete highlighted sections in Attachment L-1, detailing phase-in costs (not to exceed $600,000), labor costs, other direct costs (ODC), and end delivery item costs. It emphasizes the development of fully burdened labor rates by mapping offeror labor categories to NASA's standard categories, including fringe, overhead, Contract Management Overhead (CMO), and General & Administrative (G&A) rates. The document specifies that ODC costs are provided and do not include workforce costs, with fees applying only to labor and indirect burdens, not ODC. Key tabs include the Summary of Total Cost, IDIQ Rate Development, Productive Hours per WYE Conversion Table, Contract Management Overhead Rate Development, Schedule of Indirect Rates Calculation, Fringe Benefit Rate Calculation/Detail, Composite IDIQ Rate Development by Year, Cognizant Audit Office Form, and Table of WYE Distributed by Percentage. The total contract value is indicated as $379,892,661, with an end item delivery cost of $200,000,000.
The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center (MSFC) has issued Request for Proposal (RFP) No. 80MSFC26R0002 for Engineering Services and Science Capability Augmentation (ESSCA) II. This hybrid indefinite-delivery, indefinite-quantity (IDIQ) contract will provide engineering and science skills augmentation support and related services to MSFC, Michoud Assembly Facility (MAF), Stennis Space Center, and other NASA Centers. The contract will include cost-plus-award-fee (CPAF), cost-plus-fixed-fee (CPFF), and firm-fixed-price (FFP) orders, with a four-month phase-in and a five-year base ordering period, plus a three-year option. Key requirements include a Top Secret facility clearance at proposal submission, an Organizational Conflict of Interest (OCI) Plan, and disclosure of Artificial Intelligence (AI) use. Proposals are due by March 11, 2026, 2:00 p.m. Central Time (CT), and must be submitted via NASA’s Enterprise File Sharing and Sync Box (EFSS Box).
This government solicitation (80MSFC26R0002) outlines a single-award, indefinite-delivery, indefinite-quantity (IDIQ) contract for skills augmentation support and end-item deliverables for NASA's Marshall Space Flight Center (MSFC) and other centers. The contract, with a maximum value of $3,248,200,000, covers a phase-in period from October 2026 to January 2027, followed by a base ordering period until January 2032, and optional ordering periods extending to July 2035. Services include Cost-Plus-Award-Fee (CPAF) for skills augmentation and Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) for end-item deliverables. The contract also details options to transition between CPAF and CPFF for skills augmentation based on contractor performance. Key clauses address contract funding, property management, safety, and security requirements, including badging for the Stennis Space Center and handling of hazardous materials like asbestos and lead.
The ESSCA II Draft Request for Proposal (RFP) to Final RFP Clause, Provision Change Matrix, released September 30, 2025, details updates to clauses and provisions for the final RFP posted on January 30, 2026. This matrix assists offerors in navigating changes from the Revolutionary FAR Overhaul (RFO) and associated Procurement Class Deviations (PCDs). Key actions include clauses remaining unchanged, being removed (e.g., 1852.211-70 Packaging, Handling, and Transportation), or updated to newer versions (e.g., 1852.216-78 Firm Fixed Price). Several MSFC clauses are provided in full text within the solicitation. The document emphasizes that it is not official Agency guidance and that the final ESSCA II RFP takes precedence. Offerors can submit questions until February 10, 2026.
The document, Appendix C 80MSFC26R0002 RFP Questions and Responses, addresses various inquiries regarding a NASA Request for Proposal (RFP) for the Engineering Services and Science Capability Augmentation (ESSCA) II contract. Key topics include contractual minimum values, clarification on organizational codes, access to controlled proposal attachments, and corrections to fill-in sections of the RFP. It also details requirements for NAICS codes, facility clearances for classified work (emphasizing that clearances must be active at proposal submission), and the handling of classified performance at the order level. The document further clarifies expectations for ATOMS (Automated Tools for Order Management Simplification) functionalities, including its standalone operation and data classification. Other critical areas covered are quality management standards, cybersecurity for Controlled Unclassified Information, evaluation of cost and past performance, and instructions for proposal submission, including revisions to forms and guidelines for small business subcontracting plans.
This government solicitation (80MSFC26R0002) outlines an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a maximum potential value of $3,248,200,000 for NASA's Marshall Space Flight Center (MSFC). The contract covers skills augmentation support and end-item deliverables, with various contract types including Firm-Fixed-Price (FFP), Cost-Plus-Award-Fee (CPAF), and Cost-Plus-Fixed-Fee (CPFF). The period of performance spans from October 1, 2026, to July 31, 2035, including base and optional ordering periods. Key clauses address contract funding, property management, quality assurance, and security requirements. A significant feature is the option to transition skills augmentation services between CPAF and CPFF based on contractor performance. The solicitation details payment procedures, financial reporting, and the provision of government-furnished property and services.
This government file outlines key requirements for contractors, particularly regarding quality management systems and accounting standards. Contractors must adhere to higher-level quality standards like ISO 9001 and Marshall Policy Directive 1280.1, flowing these down to subcontractors for critical and complex items. For cost-reimbursement contracts, offerors and major subcontractors need an adequate accounting system for cost segregation, providing audit reports or submitting SF1408 if unapproved. For joint ventures (JVs), past performance evaluation involves submitting at least one contract in the JV's name or from individual partners, not exceeding six total. New JVs without a record will have individual partner performance evaluated, emphasizing a clear delineation of each partner's specific effort within the JV.
The ESSCA II RFP 80MSFC26R0002 outlines the requirements for Engineering Services and Science Capability Augmentation (ESSCA) II for NASA's Marshall Space Flight Center and other centers. This follow-on contract broadens the scope of engineering and science disciplines, including research, design, development, analysis, testing, operations, and sustaining engineering. The contract also supports end-item deliverables and aims to facilitate partnerships and identify new opportunities aligned with MSFC strategy, including reimbursable work for other government agencies and commercial entities. Work is managed through Task Orders (TOs) for skills augmentation and Delivery Orders (DOs) for end-item deliverables. Key aspects include contract management operations, financial management, contractor procurements, technology and innovation, phase-in/phase-out procedures, technical direction, IT purchase authorization, Section 508 compliance, records management, and the use of Artificial Intelligence (AI). The document details specific skill categories such as Aerosciences, Avionics & Electrical Systems, Flight Software & Ground Test, Materials Research, Operability, Optics, Propulsion Systems, Scientific Disciplines, Structural & Mechanical Design, Systems Analysis, and Test Design. The contractor is responsible for providing all necessary management, equipment, personnel, and ensuring compliance with NASA regulations.
Amendment 00001 to solicitation 80MSFC26R0002, issued by NASA Marshall Space Flight Center, addresses industry questions and comments for the Engineering Services and Science Capability Augmentation (ESSCA) II solicitation. This amendment, effective February 23, 2026, also incorporates changes from the Revolutionary FAR Overhaul and associated NASA Procurement Class Deviations. Key changes include responses to industry questions in a separate file, a change log detailing modifications since the initial RFP on January 30, 2026, and replacement of several solicitation files (Sections A-I, J-M, and Attachment L-5-A). Offerors must use these updated files for proposal submission and acknowledge receipt of the amendment in Volume IV-Contract. Failure to acknowledge may result in proposal rejection, and no further questions will be accepted. All other terms and conditions of the solicitation remain unchanged.
This government file, RFP Number 80MSFC26R0002 for ESSCA II, outlines the requirements for cost proposal submissions from offerors and major subcontractors. The document details various tabs within a cost workbook, each serving a specific purpose in calculating the total contract value. Key components include the "Summary of Total Cost Calculated" (Tab A), which consolidates all costs like phase-in, labor, other direct costs (ODC), and end delivery items, with specific instructions on how these are populated and reconciled between prime and subcontractors. The "IDIQ Rate Development" (Tab B) focuses on fully burdened labor rates by location and requires mapping labor categories to NASA standards. Other tabs cover productive hours, contract management overhead rate development, schedules of indirect rates (overhead, G&A), fringe benefit rate calculations, and a composite IDIQ rate development by year. The document also includes a "Cognizant Audit Office Form" and a "Table of WYE Distributed by Percentage." Notably, fee applies to labor and indirect burdens but not to ODC, and end item delivery costs are government-provided and inclusive of fee. The total contract value is projected to be $379,892,661 over eight years and a six-month extension, with significant ODC and end item delivery costs.
The ESSCA II RFP 80MSFC26R0002 outlines the requirements for engineering services and science capability augmentation for NASA's Marshall Space Flight Center and other centers. This follow-on contract encompasses a broad spectrum of engineering and science disciplines, including research, design, development, analysis, testing, operations, and sustaining engineering, as well as end-item deliverables. Key aspects include contract management operations, financial management, contractor procurements, technology and innovation, phase-in/phase-out procedures, and technical direction. The contract also mandates the use of an Automated Tools for Order Management Simplification (ATOMS) Suite for various processes. Specific skill categories cover aerosciences, avionics and electrical systems, flight software, materials research, operability, optics, propulsion systems, scientific disciplines, structural and mechanical design, and systems analysis, engineering, and management. Adherence to Section 508 compliance, records management, and disclosure regarding the use of Artificial Intelligence (AI) are also critical requirements.
Amendment 00002 updates the 80MSFC26R0002 solicitation by modifying Attachment L-1 Excel Pricing Model to include government-provided WYE numbers for LaRC and MAF for Years 3-8, removing previous highlights. Consequently, the proposal submission due date is extended to March 16, 2026, 2:00 p.m. Central Time, with revisions to Section L provision MSFC 52.215-91 and Attachment L-2 to reflect this change. The amendment also clarifies subcontractor audit requirements in Section L, Volume II – Cost Volume Instructions, a.9. Replaced solicitation files include "2026 02 27__Amendment 00002 80MSFC26R0002 Sections J-M.docx" and "2026 02 27__Amendment 00002 ESSCA II Attachment L-1 Excel Pricing Model," both of which must be used for proposal submission. Offerors must acknowledge receipt of this amendment to avoid proposal rejection, and no further questions will be accepted. All other terms remain unchanged.
The document is an inventory of various equipment and components from numerous manufacturers, likely compiled for federal government RFPs, grants, or state/local RFPs. The items listed span a wide range of categories, including microcomputers and laptops from Dell, HP, and Apple, specialized manufacturing and fabrication tools from Janicki Industries, machining equipment such as lathes and milling machines from Haas Automation and Monarch Machine Tool Co., and testing and measurement instruments like extensometers and controllers from MTS Systems Corp. and Instron Corp. Additionally, the inventory features environmental testing chambers, various power supplies, data acquisition units, network infrastructure components like servers and switches from Concurrent Computer Corp. and Dell, and specialized aerospace and defense-related items from Boeing and Moog Inc. The list also includes imaging equipment, 3D printers, and a significant number of data breakout boxes and power supplies from Dynetics Inc. and Lambda America, respectively. The document highlights a diverse procurement need across computing, manufacturing, testing, and specialized technical fields.
NASA Marshall Space Flight Center (MSFC) is inviting proposals for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, a follow-on to the current ESSCA contract. This Draft Request for Proposal (DRFP), Solicitation No. 80MSFC26R0002, seeks to augment engineering and science capabilities for MSFC, Michoud Assembly Facility, Stennis Space Center, and other NASA Centers. The acquisition is a full and open competition under NAICS code 541715, with a small business size standard of 1,300 employees. The contract is a hybrid indefinite-delivery, indefinite-quantity (IDIQ) with cost-plus-award-fee (CPAF), cost-plus-fixed-fee (CPFF), and firm-fixed-price (FFP) orders. It includes a four-month phase-in and a five-year base ordering period, with a three-year option. The anticipated award date is September 9, 2026, with an October 1, 2026, phase-in start. Key requirements include developing and maintaining an Automated Tools for Order Management Simplification (ATOMS) Suite, managing organizational conflicts of interest (OCI), and possessing a Top Secret facility clearance. Potential offerors are encouraged to provide comments on the DRFP by October 20, 2025.
The ESSCA II RFP Number 80MSFC26R0002 outlines the financial and labor cost submission requirements for prime offerors and subcontractors. The document details various tabs within a workbook, including the "Summary of Total Cost Calculated," which consolidates overall contract costs, and "IDIQ Rate Development," where offerors map labor categories to NASA standards and calculate fully burdened labor rates. Other critical tabs cover productive hours per WYE, Contract Management Overhead Rate development, indirect rate calculations (Overhead, G&A), and fringe benefit rate details. The prime offeror is responsible for compiling total subcontract costs, including handling/profit, and distributing WYE percentages among all contractors. The file also includes a Cognizant Audit Office Form and a summary of total project costs, including substantial Other Direct Costs (ODC) and an End Item Delivery Government-provided cost. Fee is applied to labor and indirect burdens but not to ODC. The total contract value is projected to be $376,021,403 over eight years and a six-month extension, with End Item Delivery costs remaining constant at $25,000,000 annually.
This document is a Request for Proposal (RFP) (Solicitation Number 80MSFC26R0002) issued by MSFC PS21 Engineering Support Branch for Indefinite-Delivery, Indefinite-Quantity (IDIQ) services with a maximum potential value of $3,248,200,000. The contract spans from October 1, 2026, to July 31, 2035, including optional periods, and covers skills augmentation support and end-item deliverables for MSFC, SSC, and other NASA centers. Services are categorized under Cost-Plus-Award-Fee (CPAF), Cost-Plus-Fixed-Fee (CPFF), and Firm-Fixed Price (FFP) contract types, with an option to transition skills augmentation from CPAF to CPFF based on contractor performance. The RFP details financial clauses, reporting requirements (e.g., NASA Form 1018), property management, and security protocols for Stennis Space Center, including badging and hazardous material handling. It outlines specific CLINs for various services and their corresponding contract types and performance periods.
The document is a change matrix for the ESSCA II Final Request for Proposal (RFP) (80MSFC26R0002), initially posted on January 30, 2026, and updated by Amendment 00001 on February 20, 2026. This matrix assists potential offerors in navigating updates to FAR and NFS clauses and provisions due to the Revolutionary FAR Overhaul (RFO) and associated Procurement Class Deviations (PCDs). It details changes, additions, and removals of clauses, primarily in sections B, C, D, E, F, G, H, and I of the contract format. Key changes include updates to several NASA FAR Supplement (NFS) clauses, the removal of specific clauses related to commercial computer software, and the addition of two FAR clauses previously omitted. The matrix provides public locations for these clauses and notes on specific deviations and markup changes. It clarifies that the ESSCA II RFP and its amendments take precedence over the information in the matrix, which serves as an unofficial guide.
The document is a comprehensive attendee list for the 80MSFC26R0002 ESSCA II Virtual Industry Day, featuring individuals from a diverse array of companies. The list includes names, company affiliations, and email addresses for participants representing organizations such as Aerodyne Industries, Aegis Aerospace, Aetos Systems, Amentum, Applied Aerospace, ASRC Federal, ATA Engineering, Aurex, Avatar Technologies, Battelle Memorial Institute, CFD Research, Cimarron Software Services, Columbus Technologies and Services, Deloitte Consulting, Draper, ERT Space, GDIT, GHG Corporation, Glenn Kempf LLC, HX5, Intuitive Machines, KBR, Leidos, Monolith LLC, MORI Associates, MSM Group, North Wind Group / LBYD Federal LLC, NOVA Technologies, Oceaneering Space Systems, Petra Strategy LLC, PTX, Sierra Lobo Inc, Stellar Solutions, Summit Technologies & Solutions, Teledyne Brown Engineering, TriVector Services, and USRA/E Street Technologies. This list serves as a record of interested parties and potential bidders for the ESSCA II project, providing contact information for networking and future engagement related to the federal government RFP.
NASA Marshall Space Flight Center (MSFC) is hosting a Virtual Industry Briefing on December 10, 2025, for the Engineering Services and Science Capability Augmentation (ESSCA) II Draft Request for Proposal (DRFP) (80MSFC26R0002). This briefing aims to highlight acquisition requirements and key aspects of the solicitation to aid in proposal preparation. The ESSCA II contract seeks engineering and science skills augmentation support for MSFC, Michoud Assembly Facility (MAF), Stennis Space Center (SSC), and potentially other NASA centers. The contract is a Hybrid Indefinite-Delivery, Indefinite-Quantity (IDIQ) with a maximum potential value of $3,248,200,000, including a four-month phase-in period, a five-year base ordering period, and a three-year optional ordering period. The contract will use Cost-Plus-Award-Fee (CPAF), Cost-Plus-Fixed-Fee (CPFF), and Firm-Fixed-Price (FFP) task/delivery orders. Proposals will be evaluated based on Mission Suitability, Cost, and Past Performance, with Mission Suitability and Past Performance being significantly more important than Cost. Organizational Conflict of Interest (OCI) plans and specific small business subcontracting goals are also required.
The document is a list of "ESSCA II Interested Parties" as of December 15, 2025, providing contact information for various companies and organizations. This list includes the interested party's name, an optional partnering contact name, phone number, and email address. The entities listed represent a diverse range of companies, including those in technology, engineering, consulting, and defense sectors. The primary purpose of this document appears to be to identify and track organizations that have expressed interest in the ESSCA II initiative, likely related to government contracting, federal grants, or requests for proposals. It serves as a directory for potential collaborators, contractors, or grantees within a government-related project or program.