Space weather Observations at L1 to Advance Readiness (SOLAR) Series X-ray Irradiance Sensor (XRIS)
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
NASA Goddard Space Flight Center (GSFC) has issued a Draft Request for Proposal (RFP) for the Space weather Observations at L1 to Advance Readiness (SOLAR) Series X-ray Irradiance Sensor (XRIS). This is not a request for proposals, but an opportunity for interested parties to provide comments on the draft solicitation. The primary objective is to design, analyze, develop, and fabricate two flight X-Ray Irradiance Sensors to monitor X-ray flares impacting Earth's ionosphere. Comments on the Draft RFP are due by February 18, 2026, 5:00 PM ET. This acquisition will be conducted as a full and open competition.
Purpose and Scope
The principal purpose of this requirement is to develop two flight X-Ray Irradiance Sensors (XRIS), designated FM-1 and FM-2, for the joint NASA/NOAA SOLAR Series Mission. These sensors are critical for monitoring X-ray flares that cause changes in Earth's ionosphere, supporting space weather predictions. The scope of work includes:
- Design, analysis, development, and fabrication of two flight XRIS units.
- Integration, testing, calibration, evaluation, and support for launch and on-orbit check-out.
- Supply and maintenance of instrument Ground Support Equipment (GSE).
- Development of Ground Processing Algorithms (GPAs) and support for the Mission Operations Center (MOC).
- Post-delivery support for integration, launch, calibration, data validation, operational handover, and anomaly investigations.
Contract Details
- Type: Hybrid Firm Fixed Price (FFP) and Time & Materials (T&M) contract.
- Contract Line Items (CLINs):
- CLIN 001: Flight Instrument (FFP) – includes XRIS FM-1, FM-2, Engineering Development Unit (EDU), spares, and various ground support systems.
- CLIN 002: Post Delivery Support (FFP).
- CLIN 003: Special Studies (T&M, with a ceiling price of $350,000).
- Period of Performance: Approximately eight years, from contract award through January 2034 (or 15 months after SOLAR-B launch, targeted October 2032).
- Key Deliveries: First flight unit (FM-1) by November 2029; second flight unit (FM-2) by May 2030.
- Place of Performance: Offsite at the Contractor's facilities.
- Set-Aside: Full and Open Competition.
- NAICS: 336414 (Aircraft Manufacturing), with a small business size standard of 1,300 employees.
- Product Service Code: AR15 (Space R&D Svcs).
Submission & Evaluation
- Draft RFP Comments Due: February 18, 2026, 5:00 PM ET. Submit electronically via email to Daniel Han (Daniel.S.Han@nasa.gov), referencing XRIS-DRFP-80GSFC26R7004.
- Final RFP Release: Anticipated early Q2 2026, with proposals due approximately 30 calendar days after release.
- Contract Award: Anticipated Q4 2026.
- Evaluation Factors (for final RFP): Mission Suitability (numerically scored), Cost, and Past Performance.
- Required Submissions (for final RFP): Funding Profile, Safety and Health Plan, Small Business Subcontracting Plan, Time-and-Materials Rates, Contractor Proposed Enhancements, Quality Assurance Plan, Financial Capability Disclosure, and Past Performance Questionnaire.
- Post-Award Requirements: Information System Security Plan and Organizational Conflicts of Interest (OCI) Avoidance Plan required within 30 days of contract effective date.
Additional Notes
This notice is for information and planning purposes only and does not constitute a commitment by the Government. NASA intends to publicize a listing of respondents to facilitate teaming arrangements; indicate if your firm desires not to be included. Monitor SAM.gov for the release of the final solicitation and any amendments. No Government Furnished Property (GFP) is currently anticipated.