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 Near Earth Orbit Network (NEON) Program's Sounder for Microwave-Based Applications (SMBA). This DRFP is for information and planning purposes, seeking industry feedback on the requirement to design, develop, and support SMBA instruments. The acquisition is for full and open competition.
Purpose & Scope
The principal purpose of this requirement is to design, develop, fabricate, integrate, test, analyze, verify, deliver, and provide post-launch support for the SMBA instruments. The SMBA instrument is a passive microwave sounder designed to produce global atmospheric temperature and moisture profiles, supporting numerical weather prediction models and atmospheric chemistry. The scope covers all SMBA instrument builds, with specific requirements for individual units identified for Development (DEV), Production (PROD), or Task Order (TO) Contract Line Item Numbers (CLINs). The program emphasizes comprehensive mission assurance, quality management, risk/configuration management, software development, hardware delivery, a robust test program, and post-delivery support.
Contract Details
The acquisition strategy has evolved through several amendments. The current plan (Amendment 22) outlines a multi-faceted contract structure:
- CLIN 0001: Cost Plus Fixed Fee (CPFF) with a Schedule Incentive for Flight Model (FM) 1, covering Non-Recurring Engineering, Engineering Development Program, FM1 Production through Launch + 6 Months, and FM 1-3 Parts.
- CLIN 0002: Firm Fixed Price (FFP) for FM2 and FM3 Production through Bench Acceptance Test.
- CLIN 0003: Time and Material (T&M) for Task Orders, including Special Studies, Post-Commissioning Support (FM1), and Post-Bench Acceptance Test Support for remaining FMs. The Economic Price Adjustment clause has been eliminated. The funding profile for the Offeror's Cost/Price Volume is capped at 10% in GFY27, 20% in GFY28, and 20% in GFY29 (percentages against total proposed cost/price). 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
Bidders will be required to submit various plans and reports, including:
- Organizational Conflicts of Interest (OCI) Plan
- Cyber Supply Chain Risk Management (C-SCRM) Plan and Security Requirements for Unclassified IT Resources
- Small Business Subcontracting Plan
- Contractor Work Breakdown Structure (CWBS)
- Financial Management Reporting Requirements
- Rates Matrices for labor, indirect costs, and fees
- Contractor Proposed Enhancements
- Financial Capability Disclosure
- Past Performance Questionnaire The program will utilize an Engineering Development Program instead of explicit Engineering Test Units.
Submission & Evaluation
This is a Draft RFP; no proposals are currently being requested. Industry feedback on the DRFP is requested by October 6, 2025, via email to Bruce Tsai (Bruce.B.Tsai@nasa.gov). A virtual Technical Industry Day was held on January 21, 2026, with one-on-one meetings on January 21-22, 2026. The Final RFP is planned for release in Q1 CY 2026, with proposals due 60 calendar days after RFP release. The anticipated award date is Q2 CY 2027. Evaluation factors for the final solicitation will include Mission Suitability (Technical Approach and Management Approach), Cost, and Past Performance. The Management Approach will carry significant weight (400 points out of 1,000 for Mission Suitability), reflecting increased reliance on contractor-managed processes. Proposals must be submitted through NASA's Enterprise File Sharing and Sync Box (EFSS Box).
Important Notes
NASA intends to publicize a listing of respondents to facilitate teaming arrangements; firms not wishing to be included must indicate this in their response. Offerors must ensure their company is listed in SAM.gov, VETS-4212, and has a UEI. The NASA Ombudsman clause 1852.215-84 is applicable.