Draft RFP and Pre-solicitation Synopsis: Engineering Services and Science Capability Augmentation (ESSCA) II
ID: 80MSFC26R0002Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA MARSHALL SPACE FLIGHT CENTERHUNTSVILLE, AL, 35812, USA

NAICS

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

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is preparing to release a Draft Request for Proposals (DRFP) for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, aimed at providing engineering and scientific skills augmentation primarily to the Marshall Space Flight Center (MSFC) and other NASA centers. This contract will encompass a range of services, including engineering product development for flight and science missions, technical oversight, and support for research and development activities, with a focus on various engineering disciplines such as propulsion systems, avionics, and materials research. The anticipated contract, valued at up to $3.25 billion, will be awarded as a single-award indefinite-delivery, indefinite-quantity contract with a performance period extending from October 1, 2026, to July 31, 2035, including optional periods. Interested parties are encouraged to submit comments on the DRFP by October 20, 2025, and can reach out to Sadie Moulton at sadie.m.moulton@nasa.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    Similar Opportunities
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    Buyer not available
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV through a Draft Request for Proposal (DRFP) designated as 80GSFC24R0012. The procurement aims to secure contractor support for environmental testing, mechanical and optical integration, and operational support for spacecraft and flight experiment components, with a focus on maintaining high standards of safety and quality. This contract is critical for NASA's mission in space science and technology development, ensuring robust testing and integration processes are in place. Interested vendors must submit their comments and questions regarding the DRFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the project requirements.
    Next Space Technologies for Exploration Partnerships -3 (NextSTEP-3) Omnibus
    Buyer not available
    NASA's National Aeronautics and Space Administration is initiating the Next Space Technologies for Exploration Partnerships-3 (NextSTEP-3) Omnibus, aimed at fostering partnerships to advance technologies for human space exploration, particularly for lunar and Mars missions. This initiative invites proposals for studies, research, and technology development that align with NASA's Moon to Mars exploration strategy, with a focus on enabling long-term human presence throughout the solar system. The Omnibus is effective from September 27, 2024, to September 26, 2029, and will issue specific solicitations through BAA Appendices detailing research opportunities, eligibility criteria, and funding ranges, with awards potentially starting below $100K and exceeding several million dollars based on project scope. Interested parties can reach out to the NASA ESDMD Moon to Mars Program Office at HQ-NextSTEP-BAA@mail.nasa.gov for further information.
    Notice of Intent to Negotiate Increase to Ceiling Price and Extend the Contract Period of Performance by 12-months for Contract No. NNX16MB01C
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) intends to negotiate an increase to the ceiling price and extend the performance period of Contract No. NNX16MB01C for application software services and maintenance. The contract, known as EAST 2, is crucial for operating, maintaining, and enhancing key business and mission-supporting platforms across the Agency, with a proposed ceiling increase of approximately $150 million, raising the total from $710 million to $860 million. This extension is vital to prevent disruptions in critical application delivery services relied upon by NASA personnel, with the new performance period extending from July 1, 2023, to June 30, 2024. Interested organizations may submit their qualifications to Christy Moody via email by February 8, 2023, to be considered for this contract extension.
    Safety and Mission Assurance Services (SMAS)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    LaRC Abaqus Software Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) NASA INFORMATION TECHNOLOGY PROCUREMENT OFFICE (ITPO) JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOFOC) For the Enterprise Applications Service Technologies (EAST) 2 Contract, NNX16MB01C
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to extend the Enterprise Applications Service Technologies (EAST) 2 contract, NNX16MB01C, through a Justification for Other Than Full and Open Competition (JOFOC). This action aims to increase the contract ceiling by $150 million and extend the period of performance by 12 months, with an option for an additional six-month extension, to ensure continued support for critical IT and telecom business application development services. The modification will be awarded as a sole source contract to the current prime contractor, Science Applications International Corporation (SAIC), with the new contract period extending through June 30, 2024. For further inquiries, interested parties may contact Christy Moody at christy.r.moody@nasa.gov.
    Request for Proposal: Ames Research Center Facilities Support Services II (AFSS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is soliciting proposals for the Ames Facilities Support Services II (AFSS II) contract, aimed at providing comprehensive operations, maintenance, and repair services for the Moffett Field site in California. This procurement, designated as an 8(a) set-aside competition under NAICS code 561210, encompasses a wide range of facilities support services across approximately 1960 acres, including clean rooms, laboratories, and administrative offices, with a total potential contract performance period of five years. Proposals are due by November 20, 2025, at 1:00 PM PT, and interested parties should direct inquiries to Contracting Officer Anna Foreman at anna.m.foreman@nasa.gov. The anticipated award date for the contract is February 1, 2026.
    Payloads and Research Investigations on the Surface of the Moon (PRISM) Appendix F.10 in NASA Research Announcement (NRA) RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Payloads and Research Investigations on the Surface of the Moon (PRISM) under the Research Opportunities in Space and Earth Sciences (ROSES) 2025 initiative. This solicitation aims to develop and deliver science-driven instrument suites for lunar surface investigations, which will be transported via Commercial Lunar Payload Services (CLPS) landers to designated lunar landing sites, excluding the North Pole. The initiative is crucial for advancing scientific goals across various NASA divisions and demonstrating new technologies in space exploration. Interested parties must submit Step-1 proposals by November 5, 2025, with a Pre-proposal Conference scheduled for October 15, 2025, and can direct inquiries to HQ-PRISM@mail.nasa.gov for further information.
    Dual Administrative Support Services (DASS)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to consolidate contract requirements for administrative support services under the Dual Administrative Support Services (DASS) contract at the NASA Stennis Space Center. This procurement aims to combine the administrative services previously required for the Marshall Space Flight Center (MSFC) with the DASS contract, as determined necessary and justified by NASA and concurred by the Small Business Administration (SBA). The administrative services are crucial for supporting NASA's operations and ensuring efficient management of resources. Interested parties can reach out to Rachel Clayton at rachel.clayton@nasa.gov or 228-688-2822, or Belfield Collymore at belfield.c.collymore@nasa.gov or 228-688-1631 for further details regarding this opportunity.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.