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 has released a Request for Proposal (RFP) for the Sounder for Microwave-Based Applications (SMBA) acquisition. This opportunity seeks a contractor to design, develop, fabricate, integrate, test, analyze, verify, deliver, and provide post-launch support for SMBA instruments for the Near Earth Orbit Network (NEON) program. The SMBA instrument will produce global atmospheric temperature and moisture profiles. This is a Full and Open Competition under NAICS code 334511 (1,350-employee size standard). Proposals are due June 1, 2026, at 5:00 PM EST.
Scope of Work
The contractor will be responsible for the full lifecycle of SMBA instruments, including:
- CLIN 0001 (Cost Plus Fixed Fee): Non-Recurring Engineering, Engineering Development Program, Flight Model 1 (FM1) production through commissioning/launch + 6 months, and parts for FM1, FM2, and FM3. A $2,000,000 incentive is available for FM1 delivery by the specified date.
- CLIN 0002 (Firm Fixed Price): Production of Flight Model 2 (FM2) and Flight Model 3 (FM3) through Bench Acceptance Test.
- CLIN 0003 (Time & Materials): Task Orders for special studies, post-commissioning/post-launch support for FM1, and post-bench acceptance test support for FM2 and FM3. Key delivery dates are FM1 by July 1, 2032; FM2 by July 1, 2033; and FM3 by July 1, 2034.
Contract Details & Requirements
The anticipated award date is November 5, 2026, with performance primarily offsite. Government Furnished Property (GFP), specifically two Standard Black Body Calibration Targets, will be provided. Mandatory submissions include an Organizational Conflicts of Interest (OCI) Plan with the proposal, a Cyber Supply Chain Risk Management (C-SCRM) Plan, a Financial Capability Disclosure, and a Small Business Subcontracting Plan. Contractors must also disclose any intended use of Artificial Intelligence (AI) and obtain approval for all IT product/service purchases via NASA's Commercial IT Request (CITR) Application. Supply Chain Visibility (SCV) Reporting is a new requirement, with initial submission within 90 days of award and semi-annually thereafter.
Submission & Evaluation
Proposals must be submitted electronically via NASA's Enterprise File Sharing and Sync Box (EFSS Box). Evaluation will prioritize Mission Suitability (500 points), followed by 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 updated to $90,000,000. Amendment 2 clarifies proposal formatting, including the removal of profit/total cost breakouts for FFP CLIN 0002 and the addition of a two-page "Common Estimating Basis Narrative" to the Basis of Estimate section.
Contacts
Primary: Bruce Tsai (Bruce.B.Tsai@nasa.gov, 2406840428) Secondary: Jerry Edmond (jerry.edmond-1@nasa.gov, 3012869108)