Draft RFP - Near Earth Orbit Network Program's Sounder for Microwave-Based Applications
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 Goddard Space Flight Center (GSFC) has issued a Draft Request for Proposal (DRFP) for the Sounder for Microwave-Based Applications (SMBA) under the Near Earth Orbit Network (NEON) program. This DRFP is for information and planning purposes, soliciting industry feedback on the requirement to design, develop, and support SMBA instruments that will produce global atmospheric temperature and moisture profiles. This is not a request for proposals.
Acquisition Strategy & Contract Details
The acquisition strategy has evolved significantly through multiple amendments. The current plan is for a Single Award Contractor with no down-select. The contract type will be Cost Plus Fixed Fee (CPFF) for the initial SMBA Flight Model (FM) 1, transitioning to Firm Fixed Price (FFP) for subsequent Flight Models (up to eight units). A Schedule Incentive is planned for FM1. Offerors will be required to price the entire effort through FM 8. The Government is seeking feedback on the optimal time to switch from CPFF to FFP. An Engineering Development Unit (EDU) will be used instead of an Engineering Test Unit (ETU).
Scope of Work
The selected contractor will be responsible for the design, development, fabrication, integration, testing, analysis, verification, delivery, and post-launch support of the SMBA instruments. This includes all SMBA instrument builds, with specific requirements for individual units. The work period is from January 15, 2026, to January 15, 2031. Key deliverables are detailed in the Contract Data Requirements List (CDRL), which includes numerous data items for project management, reviews, systems engineering, software, integration & test, mission assurance, calibration/validation, and on-orbit operations.
Key Requirements
The SMBA instrument is a backbone passive microwave instrument for NOAA and the science community. Performance requirements are outlined in the Performance Requirements Document (PRD), which has undergone revisions to clarify technical specifications, including radiometric sensitivity, channel modifications (e.g., removal of 51.76 GHz channel, modification of 114.5 GHz to 114.75 GHz due to unprotected spectrum), calibration accuracy, and polarization definitions. Mission assurance requirements have been integrated into the SOW and PRD, reducing standalone documentation. Financial management reporting will use NASA 533 series reports, with an intent to exempt FFP subcontract hours/rates. Supply Chain Visibility (SCV) reporting and IT security requirements (including C-SCRM plans) are mandatory.
Evaluation Factors
The Mission Suitability evaluation will total 1,000 points, with increased weighting for the Management Approach (400 points) and 100 points for Small Business Utilization, reflecting an increased reliance on contractor-managed processes. The past performance threshold has been lowered.
Timeline & Submission
Feedback on the Draft RFP was due by October 6, 2025. The Final Request for Proposal (RFP) is planned for release in Q1 CY 2026, with proposals due 60 calendar days after its release. The anticipated contract award is Q2 CY 2027. All comments or questions regarding the Draft RFP should be submitted electronically to Bruce Tsai at Bruce.B.Tsai@nasa.gov, referencing DRFP-NEON-SMBA-2025. Potential offerors should monitor SAM.gov for the release of the final solicitation and amendments.
Additional Notes
This is a Full and Open Competition under NAICS code 334511 (1,350 employees). Offerors must address potential Organizational Conflicts of Interest (OCI) and submit a Financial Capability Disclosure. Government Furnished Property (GFP) will include two Standard Black Body Calibration Targets.