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
The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) has released a Request for Proposal (RFP) for the Near Earth Orbit Network Program's Sounder for Microwave-Based Applications (SMBA). This acquisition seeks to design, develop, produce, and support SMBA instruments to provide global atmospheric temperature and moisture profiles. This is a full and open competition under NAICS code 334511 (Space Vehicle Components).
Scope of Work
The contract is structured into three Contract Line Item Numbers (CLINs):
- CLIN 0001 (Cost Plus Fixed Fee): Covers Non-Recurring Engineering, the Engineering Development Program, Flight Model 1 (FM1) production through commissioning, and parts for FM1, FM2, and FM3. A $2,000,000 incentive is available for successful FM1 delivery by the specified date.
- CLIN 0002 (Firm Fixed Price): Encompasses the production of Flight Model 2 (FM2) and Flight Model 3 (FM3) through bench acceptance testing.
- CLIN 0003 (Time & Materials): For Task Orders related to special studies, post-commissioning/launch support for FM1, and post-bench acceptance test support for FM2 and FM3.
Key deliverables include FM1 by July 1, 2032; FM2 by July 1, 2033; and FM3 by July 1, 2034. The contractor will be responsible for implementing robust systems engineering, mission assurance, system safety, reliability, and comprehensive test programs. Work will primarily be performed offsite at contractor facilities.
Contract Details
- Contract Type: Hybrid (Cost Plus Fixed Fee, Firm Fixed Price, Time & Materials).
- Anticipated Award Date: November 5, 2026.
- Period of Performance: The Statement of Work (SOW) specifies March 16, 2026, to March 16, 2031, for core work, with the overall ordering period extending to the last SMBA Flight Model Launch + 18 months.
- Government Furnished Property (GFP): Two Standard Black Body Calibration Targets, valued at $250,000 each, are expected to be provided by September 2027.
Submission & Evaluation
- Proposals Due: June 1, 2026, at 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: Proposals will be assessed based on Mission Suitability (500 points), Management Approach (400 points), and Small Business Utilization (100 points). Cost/Price is considered less important than Mission Suitability and Past Performance. Past performance relevancy is updated to $90,000,000.
- Required Submissions: Bidders must include an Organizational Conflicts of Interest (OCI) Plan, a Cyber Supply Chain Risk Management (C-SCRM) Plan, a Financial Capability Disclosure, and a Small Business Subcontracting Plan with their proposals. Cost exhibits are also required.
Key Compliance Requirements
Contractors must disclose any intended use of Artificial Intelligence (AI) technologies, subject to government review and approval, and complete a Commercial Artificial Intelligence Risk and Impact Assessment (CAIRIA). A new requirement mandates Supply Chain Visibility (SCV) Reporting on Tier Two and Tier Three suppliers via the NASA Supply Chain Insight Central (SCIC) platform, with initial submission within 90 days of award and semi-annual updates. Adherence to IT security requirements, including training and C-SCRM plans, and submission of NASA 533 series financial management reports are also mandatory.