Draft RFP - Near Earth Orbit Network Program's Sounder for Microwave-Based Applications

SOL #: DRFP-NEON-SMBA-2025Sources Sought

Overview

Buyer

National Aeronautics And Space Administration
National Aeronautics And Space Administration
NASA GODDARD SPACE FLIGHT CENTER
GREENBELT, MD, 20771, United States

Place of Performance

Place of performance not available

NAICS

Search (334511)

PSC

Space Vehicle Components (1675)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 18, 2025
2
Last Updated
Mar 13, 2026
3
Response Deadline
Oct 6, 2025, 9:00 PM

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.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 29
Sources Sought
Posted: Mar 13, 2026
View
Version 28
Sources Sought
Posted: Mar 12, 2026
View
Version 27
Sources Sought
Posted: Mar 9, 2026
View
Version 26
Sources Sought
Posted: Mar 6, 2026
View
Version 25Viewing
Sources Sought
Posted: Feb 4, 2026
Version 24
Sources Sought
Posted: Jan 23, 2026
View
Version 23
Sources Sought
Posted: Jan 20, 2026
View
Version 22
Sources Sought
Posted: Jan 15, 2026
View
Version 21
Sources Sought
Posted: Jan 7, 2026
View
Version 20
Sources Sought
Posted: Dec 18, 2025
View
Version 19
Sources Sought
Posted: Oct 21, 2025
View
Version 18
Sources Sought
Posted: Sep 12, 2025
View
Version 17
Sources Sought
Posted: Sep 5, 2025
View
Version 16
Sources Sought
Posted: Sep 5, 2025
View
Version 15
Sources Sought
Posted: Jun 18, 2025
View
Version 14
Sources Sought
Posted: Jun 13, 2025
View
Version 13
Sources Sought
Posted: May 28, 2025
View
Version 12
Sources Sought
Posted: May 27, 2025
View
Version 11
Sources Sought
Posted: May 21, 2025
View
Version 10
Sources Sought
Posted: May 15, 2025
View
Version 9
Sources Sought
Posted: May 14, 2025
View
Version 8
Sources Sought
Posted: May 5, 2025
View
Version 7
Sources Sought
Posted: May 5, 2025
View
Version 6
Sources Sought
Posted: Apr 30, 2025
View
Version 5
Sources Sought
Posted: Apr 25, 2025
View
Version 4
Sources Sought
Posted: Apr 22, 2025
View
Version 3
Sources Sought
Posted: Apr 21, 2025
View
Version 2
Sources Sought
Posted: Apr 21, 2025
View
Version 1
Sources Sought
Posted: Apr 18, 2025
View