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) is preparing to release a Request for Proposal (RFP) for the Sounder for Microwave-Based Applications (SMBA) under the Near Earth Orbit Network (NEON) program. This opportunity seeks a single contractor to design, develop, and support SMBA instruments to produce global atmospheric temperature and moisture profiles. The acquisition strategy involves a Cost Plus Fixed Fee (CPFF) contract with a schedule incentive for Flight Model 1, transitioning to Firm Fixed Price (FFP) for subsequent Flight Models, and Time and Material (T&M) for task orders. The RFP is planned for release in Q1 CY 2026, with an award targeted for Q2 CY 2027.
Purpose & Scope
The principal purpose of this requirement is to design, develop, fabricate, integrate, test, analyze, verify, deliver, and provide post-launch support through commissioning for the SMBA instrument. This instrument is a backbone passive microwave sounder crucial for NOAA and the science community, producing global atmospheric temperature and moisture profiles. The scope covers all SMBA instrument builds, including specific requirements for Development, Production, and Task Order CLINs, encompassing management, systems engineering, mission assurance, fabrication, software development, hardware delivery, comprehensive testing, and post-delivery support.
Acquisition Strategy & Contract Details
The acquisition will be a single-award contract with no down-select. The contract structure includes:
- CLIN 0001 (CPFF with Schedule Incentive): Covers Non-Recurring Engineering, Engineering Development Program, Flight Model 1 (FM1) production through launch + 6 months, and FM 1-3 parts.
- CLIN 0002 (FFP): Covers FM2 and FM3 production through Bench Acceptance Test at the Spacecraft Vendor Facility.
- CLIN 0003 (T&M): For Task Orders, including special studies, post-commissioning support for FM1, and post-bench acceptance test support for remaining FMs. Offerors are expected to price the entire effort through Flight Model 8. The funding profile for the Offeror's Cost/Price Volume is capped at 10% for GFY27, 20% for GFY28, and 20% for GFY29, calculated against the total proposed cost/price. The Economic Price Adjustment clause has been eliminated.
Key Requirements & Deliverables
Key deliverables include a Contractor Work Breakdown Structure (CWBS), Financial Management Reporting (NASA 533 series), Non-Technical Contract Data Requirements List (CDRL), Organizational Conflicts of Interest (OCI) Plan, Security Requirements for Unclassified IT Resources, and Supply Chain Visibility (SCV) Reporting. Other attachments cover Government Furnished Property, Safety and Health Plan, Small Business Subcontracting Plan, Requirements Statements List, Time and Materials Rate Matrices, and Contractor Proposed Enhancements. An Engineering Development Program will replace explicit ETU/EDU requirements.
Evaluation Factors
Proposals will be evaluated based on Mission Suitability (1000 points total), which includes Technical Approach, Management Approach (400 points), and Small Business Utilization (100 points). The increased weighting for Management Approach reflects NASA's reliance on contractor-managed processes. Past performance thresholds will be lowered for size relevancy. Enhancements must be detailed in Attachment L and described in the Mission Suitability Volume.
Timeline & Submission
The Draft RFP response deadline for vendor feedback was October 6, 2025. The final Request for Proposal (RFP) is planned for release in Q1 CY 2026, with proposals due 45-60 calendar days thereafter. The contract award is targeted for Q2 CY 2027. Virtual Technical Industry Days and one-on-one meetings have been held to discuss the evolving acquisition strategy.
Important Notes
NASA has removed requirements for access to vendor IT systems and lower-level cost details for FFP subcontractors. Milestone reviews will be Project Team-led, including a Vendor voting member. The Center Ombudsman for this acquisition is Raymond Rubilotta.