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 Near Earth Orbit Network Program's Sounder for Microwave-Based Applications (SMBA). This opportunity seeks a contractor to design, develop, produce, and support SMBA instruments, including Flight Models (FM) 1, 2, and 3. Proposals are due June 1, 2026, at 5:00 PM local time.

Scope of Work

The contractor will design, develop, produce, and support SMBA instruments, which are cross-track microwave sounders for calculating atmospheric temperature, moisture, and pressure profiles. The scope is divided into three Contract Line Item Numbers (CLINs):

  • CLIN 0001 (Cost Plus Fixed Fee): Covers Non-Recurring Engineering, Engineering Development, and Flight Model 1 production through commissioning, including parts for FM1, FM2, and FM3.
  • CLIN 0002 (Firm Fixed Price): Encompasses Flight Model 2 and Flight Model 3 production through Bench Acceptance Test.
  • CLIN 0003 (Time & Materials): For Task Orders related to special studies and post-commissioning/acceptance support.

Contract Details

  • Contract Type: Hybrid (CPFF, FFP, T&M).
  • Anticipated Award: November 5, 2026.
  • Period of Performance: From contract effective date to last SMBA Flight Model Launch + 18 months.
  • Place of Performance: Primarily offsite at contractor facilities.
  • Key Deliverables: Flight Model 1 by July 1, 2032; Flight Model 2 by July 1, 2033; Flight Model 3 by July 1, 2034.
  • Incentive: A $2,000,000 incentive is available for successful Pre-Ship Review of Flight Model 1 by its delivery date.
  • Government Furnished Property (GFP): Includes a Standard Black Body Calibration Target (2 units, $250,000 each, acquired Sep 2027). NASA will manage its periodic calibration; the contractor is not responsible for SI traceable calibration.

Key Requirements & Compliance

Bidders must address:

  • Data Reporting: Comprehensive Contract Data Requirements List (CDRL), Financial Management Reporting (NASA 533 series), IT Capital Planning and Investment Control (CPIC), Commercial IT Authorization Report (CITAR), and Supply Chain Visibility (SCV) Reporting.
  • Plans: Organizational Conflicts of Interest (OCI) Plan, Cyber Supply Chain Risk Management (C-SCRM) Plan, and a Safety and Health Plan (post-award).
  • IT Security: Compliance with IT security requirements for unclassified IT resources, including C-SCRM.
  • AI Use: Disclosure of any intended use of Artificial Intelligence (AI) technologies, subject to government review and approval, including Commercial Artificial Intelligence Risk and Impact Assessment (CAIRIA).
  • DEI Clause: New clause 52.222-90, "ADDRESSING DEI DISCRIMINATION BY FEDERAL CONTRACTORS" (APR 2026) (DEVIATION), has been added, prohibiting racially discriminatory DEI activities.
  • Milestone Payments: Clarified that on-orbit commissioning triggers milestone payments for CLIN 0002, not end of mission. Cost responsibility for defective parts (CLIN 0001) versus contractor errors (CLIN 0002) is defined.

Submission & Evaluation

  • Proposal Due: June 1, 2026, 5:00 PM local time.
  • Submission Method: Electronically via NASA's Enterprise File Sharing and Sync Box (EFSS Box).
  • 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.
  • Page Limits: Specific page limits apply, including a two-page limit for the "Common Estimating Basis Narrative" within the Basis of Estimate. "Detailed system budgets and analysis" for Mission Suitability are exempt from page count if part of Compliance Matrices.

Eligibility

This is a Full and Open Competition under NAICS code 334511 (Small Business Size Standard: 1,350 employees). Specific subcontracting goals are outlined for various small business categories.

Contacts

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
Download
Download
Download
Download
Download

Versions

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