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 (RFP) for the Sounder for Microwave-Based Applications (SMBA) instruments under the Near Earth Orbit Network (NEON) Program. This notice is for information and planning purposes, soliciting industry feedback on the requirements and acquisition strategy. The deadline for feedback on the Draft RFP is October 6, 2025. The final RFP is anticipated 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 for up to eight SMBA instruments. These instruments are passive microwave sounders designed to produce global atmospheric temperature and moisture profiles, supporting numerical weather prediction models and atmospheric chemistry. The scope includes an Engineering Development Program (EDU), production of Flight Models (FMs), Ground Support Equipment (GSE), and Mission Operations support.
Acquisition Strategy & Contract Details
This will be a single award, full and open competition. The acquisition strategy involves a hybrid contract type:
- CLIN 0001: Cost Plus Fixed Fee (CPFF) with a Schedule Incentive for Flight Model 1 (covering Non-Recurring Engineering, Engineering Development Program, FM1 Production through Launch + 6 Months, and FM1-3 Parts).
- CLIN 0002: Firm Fixed Price (FFP) for FM2 and FM3 Production through Bench Acceptance Test.
- CLIN 0003: Time and Materials (T&M) for Task Orders (Special Studies, Post-Commissioning Support for FM1, and Post-Bench Acceptance Test Support for remaining FMs).
Offerors will be expected to price the entire effort through FM8. The NAICS code is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) with a small business size standard of 1,350 employees.
Key Requirements & Deliverables
Key requirements include compliance with the SMBA Performance Requirements Document (PRD) Revision E, the Statement of Work (SOW), and the Contract Data Requirements List (CDRL). Mandatory submissions include an Organizational Conflicts of Interest (OCI) Plan, Security Requirements for Unclassified IT Resources (including a Cyber Supply Chain Risk Management Plan), Supply Chain Visibility (SCV) Reporting, and a Financial Capability Disclosure. Financial management reporting will follow NASA 533 series reports. Payment schedules are performance-based.
Evaluation Factors
Proposals will be evaluated based on Mission Suitability (Technical Approach, Management Approach, Small Business Utilization), Cost, and Past Performance. The Management Approach is heavily weighted (400 points) due to increased reliance on contractor-managed processes. Offerors may propose enhancements via Attachment L, which must be defined using Performance Work Statement (PWS) language.
Timeline
- Draft RFP Feedback Due: October 6, 2025
- Final RFP Release: Q1 CY 2026
- Proposals Due: 60 calendar days after RFP release
- Anticipated Award: Q2 CY 2027
Contact Information
For questions or feedback, contact Bruce Tsai at Bruce.B.Tsai@nasa.gov or 240-684-0428. The Center Ombudsman for this acquisition is Raymond Rubilotta.