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 released a Draft Request for Proposal (DRFP) for the Sounder for Microwave-Based Applications (SMBA) instrument under the Near Earth Orbit Network (NEON) program. This DRFP is for information and planning purposes, seeking industry feedback to finalize the RFP. The acquisition strategy has evolved to a single-award contract with a Cost Plus Fixed Fee (CPFF) structure for Flight Model 1 (FM1) and Firm Fixed Price (FFP) for subsequent Flight Models (up to eight units).
Purpose & Scope
The principal purpose is to design, develop, fabricate, integrate, test, deliver, and provide post-launch support for the SMBA instruments, which are passive microwave sounders producing global atmospheric temperature and moisture profiles. Recent updates (Amendment 21) clarify there will no longer be an explicit requirement for an Engineering Development Unit (EDU) or Engineering Test Unit (ETU); instead, an Engineering Development Program will be implemented. The scope covers all SMBA instrument builds, with specific requirements for individual units applicable to Development, Production, or Task Order Contract Line Item Numbers (CLINs).
Acquisition Strategy & Contract Details
The acquisition will be a Full and Open Competition. The contract type will be CPFF for SMBA FM1 (with a Schedule Incentive Fee) and FFP for subsequent FMs (up to eight units). A Time and Materials (T&M) Task Order pool (up to $40.9M) will cover special studies and post-launch support across both phases. The anticipated period of performance is from January 15, 2026, to January 15, 2031. The NAICS code is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) with a 1,350-employee small business size standard.
Key Requirements & Deliverables
The DRFP includes a detailed Statement of Work (SOW), Contract Data Requirements List (CDRL), and Performance Requirements Document (PRD). Key requirements include comprehensive mission assurance, quality management systems (SAE AS9100), risk and configuration management, and detailed documentation. Offerors will be expected to price the entire effort through FM8. Mandatory deliverables include an Organizational Conflicts of Interest (OCI) Plan, Cyber Supply Chain Risk Management (C-SCRM) Plan, and Supply Chain Visibility (SCV) Reporting. Financial management reporting will utilize NASA 533 series reports. Government Furnished Property (GFP) will include two Standard Black Body Calibration Targets (Acquisition Date: September 2027).
Timeline & Submission
The deadline for vendor feedback on the Draft RFP was October 6, 2025, though discussion remains open until the Final RFP release. The Final Request for Proposal (RFP) is planned for release in Q1 CY 2026, with proposals due 60 calendar days after RFP release. Contract award is targeted for Q2 CY 2027. Potential offerors must monitor SAM.gov for the release of the solicitation and any amendments.
Evaluation Factors
Proposals will be evaluated based on Mission Suitability, Cost, and Past Performance. Mission Suitability is weighted heavily, with the Management Approach now carrying 400 points and Small Business Utilization 100 points (out of 1,000 total Mission Suitability points), reflecting increased reliance on contractor-managed processes. The government will consider a lower past performance threshold for size relevancy.
Important Notes
NASA intends to publicize a listing of respondents to facilitate teaming arrangements, unless firms explicitly request not to be included. Offerors must address potential Organizational Conflicts of Interest (OCI) and comply with stringent IT security and Cyber Supply Chain Risk Management (C-SCRM) requirements. The Center Ombudsman for this acquisition is Raymond Rubilotta.