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
Last Updated
May 14, 2026
3
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 Sounder for Microwave-Based Applications (SMBA) acquisition. This opportunity seeks a contractor to design, develop, and support SMBA instruments for the Near Earth Orbit Network (NEON) program. The acquisition is structured as a full and open competition with a multi-type contract. Proposals are due by June 1, 2026, at 5:00 PM EST.

Scope of Work

The primary objective is the design, development, and support of SMBA instruments, including the production of Flight Models (FM) 1, 2, and 3. The scope covers Non-Recurring Engineering, Engineering Development Programs, and task orders for special studies and post-commissioning/acceptance support. The SMBA instrument is a backbone passive microwave instrument for NOAA, producing global atmospheric temperature and moisture profiles. Deliverables include FM1 by July 1, 2032; FM2 by July 1, 2033; and FM3 by July 1, 2034.

Contract Details

The anticipated contract award date is November 5, 2026, with performance primarily offsite at contractor facilities. The contract structure includes:

  • CLIN 0001: Cost Plus Fixed Fee (CPFF) for Development (FM1 production, parts for FM1/2/3).
  • CLIN 0002: Firm Fixed Price (FFP) for FM2 and FM3 Production.
  • CLIN 0003: Time and Materials (T&M) for Task Orders (special studies, post-commissioning/launch support). A $2,000,000 incentive is available for successful Pre-Ship Review of Flight Model 1 by its delivery date. The period of performance extends from the contract effective date to the last SMBA Flight Model Launch + 18 months.

Submission & Evaluation

Proposals must be submitted electronically via NASA's Enterprise File Sharing and Sync Box (EFSS Box) by June 1, 2026, 5:00 PM EST. Offerors must have a CAGE code matching their corporate address. Evaluation factors include Mission Suitability (500 points), Management Approach (400 points), and Small Business Utilization (100 points), with Cost/Price being less important than Mission Suitability and Past Performance. Past Performance relevancy is updated to $90,000,000.

Key Amendments & Clarifications

  • Amendment 2 (April 16, 2026): Removed "Profit/Total Cost" breakout for FFP CLIN 0002. Added a "Common Estimating Basis Narrative" (2-page limit) to the Basis of Estimates section and clarified page counts for the Cost/Price Volume.
  • Amendment 1 (April 9, 2026): Introduced a new Supply Chain Visibility (SCV) Reporting requirement for prime contractors, detailing reporting on direct sub-contractors and suppliers via the NASA Supply Chain Insight Central (SCIC) platform. It also corrected percentages in the Milestone Payment Schedule (Attachment O).
  • Q&A 1-11 (April 16 & May 6, 2026): Clarified proposal submission format (single PDF per volume, Excel for specific exhibits), confirmed BOE page limits, and addressed specific technical requirements like SMBA-39 isolation (>70 dB). "Detailed system budgets and analysis" for Mission Suitability are exempt from page count if part of the PRD Requirements Compliance Matrix.

Important Notes

Required submissions include a Small Business Subcontracting Plan, Financial Capability Disclosure, Organizational Conflicts of Interest (OCI) Plan, and a Cyber Supply Chain Risk Management (C-SCRM) Plan. Contractors must also adhere to IT Capital Planning and Investment Control (CPIC) reporting, Commercial IT Authorization Report (CITAR) for IT purchases, and AI Use Transparency Disclosure requirements. Government Furnished Property (GFP) includes two Standard Black Body Calibration Targets.

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
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: May 14, 2026
View
Version 5
Solicitation
Posted: May 7, 2026
View
Version 4Viewing
Solicitation
Posted: Apr 16, 2026
Version 3
Solicitation
Posted: Apr 15, 2026
View
Version 2
Solicitation
Posted: Apr 8, 2026
View
Version 1
Solicitation
Posted: Mar 31, 2026
View