Draft RFP - 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
NASA Goddard Space Flight Center (GSFC) has issued a Draft Request for Proposal (DRFP) for the Sounder for Microwave-Based Applications (SMBA) requirement under the Near Earth Orbit Network (NEON) program. This DRFP is for information and planning purposes only; no proposals are being accepted at this time. The principal purpose is to design, develop, and support up to eight SMBA instruments to produce global atmospheric temperature and moisture profiles.
Opportunity Details
- Purpose: To acquire SMBA instruments for the NEON program, focusing on the design, development, fabrication, integration, testing, delivery, and post-launch support of these critical backbone passive microwave sounders.
- Scope: The effort involves an Engineering Development Program (replacing previous ETU/EDU requirements) and the production of up to eight flight models. The scope includes extensive documentation, mission assurance, IT security, supply chain visibility, and financial reporting.
- Acquisition Strategy: A single award contract is planned, eliminating previous multi-award and down-select approaches. The contract will utilize a multi-type structure.
- Contract Type: CLIN 0001 will be Cost Plus Fixed Fee with a Schedule Incentive for Flight Model 1 (covering Non-Recurring Engineering, Engineering Development Program, FM1 Production, and FM 1-3 Parts). CLIN 0002 will be Firm Fixed Price for Flight Models 2 and 3 Production. CLIN 0003 will be Time and Material for Task Orders covering special studies and post-commissioning support.
- Funding Profile: The Offeror's Cost/Price Volume and associated Exhibits should not exceed the following percentages of total proposed cost/price: GFY27 – 10%, GFY28 – 20%, GFY29 – 20%.
- Government Furnished Property: Two Standard Black Body Calibration Targets, valued at $250,000 each, are anticipated to be furnished by September 2027.
- Set-Aside: This is a Full and Open Competition; no set-aside is specified.
- NAICS: 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing), with a small business size standard of 1,350 employees.
Timeline & Submission
- Current Status: This is a Draft RFP. The deadline for vendor feedback on the DRFP was October 6, 2025.
- Final RFP Release: Anticipated End of Q1 CY 2026 or Beginning of Q2 CY2026.
- Proposals Due: 60 calendar days after the Final RFP release.
- Anticipated Award: Q3 CY 2027.
- Submission Method: Proposals for the Final RFP must be submitted through NASA's Enterprise File Sharing and Sync Box (EFSS Box).
- Industry Engagement: Virtual Industry Days and one-on-one meetings have been held and are ongoing to provide clarifications and gather feedback.
Evaluation Factors
Proposals will be evaluated based on Mission Suitability (1000 points total), comprising: Technical Approach (500 points), Management Approach (400 points), and Small Business Utilization (100 points).
Important Notes
This notice is for planning purposes only. Potential offerors are responsible for monitoring SAM.gov for the release of the Final RFP and any subsequent amendments. The Final RFP provisions and contract terms will supersede any statements in this Draft RFP or associated documents.