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's (NASA) Goddard Space Flight Center has released a Request for Proposal (RFP) for the Sounder for Microwave-Based Applications (SMBA) acquisition. This opportunity seeks to design, develop, and support SMBA instruments for the Near Earth Orbit Network (NEON) program. Proposals are due June 1, 2026, at 5:00 PM EST.
Scope of Work
The contract requires the design, development, fabrication, integration, testing, and post-launch support for SMBA instruments. This includes Non-Recurring Engineering, an Engineering Development Program, and the production of Flight Models (FM) 1, 2, and 3. Task orders for special studies and post-commissioning/acceptance support are also included. The SMBA instrument is a critical backbone passive microwave instrument for NOAA and the science community, providing global atmospheric temperature and moisture profiles.
Contract Details
This is a full and open competition. The contract structure includes: Cost Plus Fixed Fee (CPFF) for development (CLIN 0001), Firm Fixed Price (FFP) for production (CLIN 0002), and Time & Materials (T&M) for task orders (CLIN 0003). An anticipated award date is November 5, 2026. A $2,000,000 incentive is available for timely Flight Model 1 delivery. Specific small business subcontracting goals are outlined.
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. 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. Required submissions include a Small Business Subcontracting Plan, Financial Capability Disclosure, and an Organizational Conflicts of Interest (OCI) Plan.
Key Updates & Requirements
Recent amendments introduce a new clause on Addressing DEI Discrimination by Federal Contractors and update others due to the Revolutionary Federal Acquisition Regulation Overhaul. Offerors must address Artificial Intelligence (AI) impact and risk assessments (CAIRIA DRD 5) and Supply Chain Visibility (SCV) Reporting (DRD 6). Clarifications confirm that "detailed system budgets and analysis" are exempt from page counts for compliance matrices and that NASA will manage the calibration of Government Furnished Property (GFP) Black Body Calibration Targets. The isolation requirement for SMBA-39 remains at >70 dB. Offerors must also adhere to specific IT security and Cyber Supply Chain Risk Management (C-SCRM) requirements.