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 Near Earth Orbit Network (NEON) Program's Sounder for Microwave-Based Applications (SMBA). This notice is for information and planning purposes only; no proposals are being accepted at this time. It outlines the refined acquisition strategy for an upcoming Final RFP, which will seek a contractor to design, develop, and support SMBA instruments.
Purpose & Scope
The principal purpose of this requirement is to design, develop, and support the SMBA instruments, which are passive microwave sounders intended to produce global atmospheric temperature and moisture profiles for NOAA and the science community. The effort falls under the NEON program. This Draft RFP allows industry to verify the reasonableness and feasibility of the requirement and promotes competition for the future solicitation.
Acquisition Strategy & Contract Details
The acquisition is planned as a single award contract with no down-select phase. The contract will feature a multi-CLIN structure:
- CLIN 0001: Cost Plus Fixed Fee (CPFF) with a Schedule Incentive for Flight Model (FM) 1, covering Non-Recurring Engineering, the Engineering Development Program, FM1 Production through launch + 6 months, and parts for FM1-3.
- 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, including special studies, post-commissioning support for FM1, and post-bench acceptance test support for remaining FMs. Offerors will be required to price the entire effort through FM8. The funding profile for the Offeror's Cost/Price Volume is capped at 10% for GFY27, 20% for GFY28, and 20% for GFY29 (of total proposed cost/price). The NAICS code is 334511 (Space Vehicle Components) with a small business size standard of 1,350 employees. This will be a Full and Open Competition.
Key Requirements & Deliverables
The contractor will be responsible for the development, fabrication, integration, testing, analysis, verification, delivery, and post-launch support of SMBA instruments. Key documents defining requirements include the Performance Requirements Document (PRD) Revision E, the Statement of Work (SOW) Revision C, and the Contract Data Requirements List (CDRL) Revision C. Specific deliverables include:
- Financial Management Reporting (NASA 533 series).
- Organizational Conflicts of Interest (OCI) Plan, Cyber Supply Chain Risk Management (C-SCRM) Plan, Safety and Health Plan, and Small Business Subcontracting Plan.
- Compliance with international travel requirements for personnel, including counterintelligence briefings and clearances. Government Furnished Property (GFP) will include Standard Black Body Calibration Targets.
Evaluation Factors
Mission Suitability will be evaluated based on Technical Approach, Management Approach (400 points), and Small Business Utilization (100 points). The past performance threshold for size relevancy has been lowered. Proposed enhancements should be detailed using Performance Work Statement (PWS) terminology in Attachment L.
Anticipated Timeline & Submission
The Final Request for Proposal (RFP) is anticipated for release in Q1 Calendar Year 2026. Proposals will be due approximately 45-60 calendar days after the RFP release. The contract award is targeted for Q2 Calendar Year 2027. The deadline for feedback on the Draft RFP (October 6, 2025) has passed. Potential offerors are responsible for monitoring Sam.gov for the release of the Final RFP and any amendments. NASA intends to publicize a listing of respondents to facilitate teaming arrangements.
Contact Information
For questions, contact Bruce Tsai at Bruce.B.Tsai@nasa.gov.