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

SOL #: 80GSFC26R0028Solicitation

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
Mar 31, 2026
2
Submission Deadline
Jun 1, 2026, 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

The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center has released a Request for Proposal (RFP) for the Near Earth Orbit Network Program's Sounder for Microwave-Based Applications (SMBA) acquisition. This full and open competition seeks a contractor to design, develop, and support SMBA instruments, including the production of Flight Models (FM) 1, 2, and 3, and provide task order support. Proposals are due by June 1, 2026, at 5:00 PM EST.

Scope of Work

The contractor will be responsible for the full lifecycle of the SMBA instrument, a cross-track microwave sounder designed to calculate atmospheric temperature, moisture, and pressure profiles. Key deliverables include:

  • CLIN 0001 (Cost Plus Fixed Fee): Non-Recurring Engineering, Engineering Development Program, and Flight Model 1 production through commissioning, plus parts for FM1, FM2, and FM3. A $2,000,000 incentive is available for timely FM1 delivery.
  • CLIN 0002 (Firm Fixed Price): Production of Flight Models 2 and 3 through Bench Acceptance Test.
  • CLIN 0003 (Time and Materials): Task orders for special studies and post-commissioning/acceptance support for all flight models. The Statement of Work (SOW) details requirements for instrument design, development, fabrication, integration, testing, analysis, verification, delivery, and post-launch support, including interface control with the spacecraft.

Contract Details & Timeline

  • Contract Type: Hybrid (CPFF for development, FFP for production, T&M for task orders).
  • Anticipated Award: November 5, 2026.
  • Period of Performance: From contract effective date until 18 months after the last SMBA Flight Model Launch.
  • Key Deliverables: FM1 by July 1, 2032; FM2 by July 1, 2033; FM3 by July 1, 2034.
  • Place of Performance: Primarily offsite at contractor facilities.
  • Government Furnished Property: Includes a Standard Black Body Calibration Target (2 units, $250,000 each, acquired Sep 2027).

Submission & Evaluation

  • Proposals Due: June 1, 2026, 5:00 PM EST.
  • Submission Method: Electronically via NASA's Enterprise File Sharing and Sync Box (EFSS Box).
  • Questions Due: April 15, 2026.
  • Evaluation Factors: Mission Suitability (500 points), Management Approach (400 points), and Small Business Utilization (100 points). Cost/Price is less important than Mission Suitability and Past Performance. Past Performance relevancy is set at $90,000,000.
  • Required Submissions: Include a Cyber Supply Chain Risk Management (C-SCRM) Plan (Attachment E/DRD 2), Small Business Subcontracting Plan (Attachment G), Organizational Conflicts of Interest (OCI) Plan (Attachment D/DRD 1), Financial Capability Disclosure (Enclosure 4), and detailed cost exhibits (Enclosure 2). Bidders must also adhere to specific IT procurement (CITR), Capital Planning (CPIC), and AI Risk Assessment (CAIRIA) reporting requirements.

Compliance & Special Requirements

Bidders must comply with extensive requirements detailed in various attachments, including:

  • Applicable Documents (Attachment N): Covers numerous NASA and industry standards for safety, quality, metrology, materials, risk management, and IT security.
  • Data Requirements (CDRLs): Technical and non-technical data deliverables are specified, including financial management reports (Attachment B) and IT-related reporting (DRD 2, 3, 4, 5).
  • Pricing: Attachment K provides "not-to-exceed" labor rates, indirect rates, and profit percentages for T&M task orders.
  • AI Use: Contractors must disclose intended AI use and comply with AI Risk and Impact Assessment requirements.
  • Small Business Goals: Specific subcontracting goals are outlined for various small business categories.

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

Versions

Version 1Viewing
Solicitation
Posted: Mar 31, 2026
Near Earth Orbit Network Program's Sounder for Microwave-Based Applications | GovScope