RFP - ProTech Space-Based Environmental Monitoring (SBEM) Domain IDIQ and TO-1
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 Oceanic and Atmospheric Administration (NOAA) has issued a Request for Proposal (RFP) for the ProTech 2.0 Space-Based Environmental Monitoring (SBEM) Domain Indefinite Delivery/Indefinite Quantity (IDIQ) contract, along with its associated Task Order 01 (TO-1). This opportunity seeks commercially-produced satellite-based terrestrial and space weather data to enhance NOAA's environmental monitoring and forecasting capabilities. Proposals are due May 22, 2026, at 10:00 AM ET.
Opportunity Overview
NOAA intends to acquire commercial observation data across multiple Functional Categories to complement existing government observing systems, advance environmental monitoring, and improve weather forecasting, numerical modeling, space weather prediction, and decision support services. This is a multiple-award IDIQ, with a total ceiling of $8,000,000,000 across all five ProTech 2.0 domains. The acquisition is unrestricted, but includes a reserve for small businesses, with at least twelve (12) contracts anticipated for small businesses.
Scope of Work
IDIQ (Attachment J.1): The IDIQ covers commercially produced satellite-based environmental observations across seven main Functional Categories: GNSS-RO, GNSS-R, Microwave Sounders (MWS), Multispectral Imagery, Infrared Sounders, Thermospheric Neutral Density, and Active Sensors. The data will be used for Piloting (evaluation) and Operational Deliveries (continuous data ingestion). Data must adhere to NESDIS methods and protocols, including ISO standards for metadata.
Task Order 01 (Attachment J.4): TO-1 specifically aims to acquire near-real-time global navigation satellite system (GNSS) radio occultation (RO) satellite data and Total Electron Content (TEC) ionospheric measurements. Key requirements include 10,000 to 26,000 compliant RO profiles per day and 500 to 1,000 compliant TEC tracks per day. Data preparation for new providers is from December 1, 2026, to January 5, 2027, with data delivery from December 1, 2026, to December 1, 2028 (or January 5, 2027, to December 1, 2028, for new providers).
Contract Details & Timeline
- Contract Type: Multiple-Award IDIQ (Firm-Fixed-Price and/or Firm-Fixed-Unit-Price Task Orders)
- NAICS Code: 518210 (Data Processing, Hosting, and Related Services)
- IDIQ Ordering Period: One five-year base period (Sep 1, 2026 - Aug 31, 2031) and one five-year optional period (Sep 1, 2031 - Aug 31, 2036).
- Minimum Guarantee: $250 per award.
- Maximum Ceiling: $8,000,000,000 (across all ProTech 2.0 domains).
- Proposal Submission Deadline: May 22, 2026, 10:00 AM ET.
- Questions Due: May 5, 2026, 1:00 PM ET.
- Published Date: April 28, 2026.
Submission & Evaluation
Proposals must be submitted electronically in three volumes: Business, Technical Capability, and Price. Evaluation for the IDIQ will prioritize Technical Capability (significantly more important) over Price, using a tradeoff process. For TO-1, award will be made on a Best Value Tradeoff basis, considering Technical Approach and Price. The government seeks to award to up to three technically acceptable providers for TO-1 to maximize data availability and mitigate risks. Offerors must be actively registered in SAM.gov.
Key Attachments & Contacts
Key attachments include the main RFP, IDIQ SOW (J.1), IDIQ Price Schedule (J.2), Subcontracting Plan Template (J.3), TO-1 SOW (J.4), TO-1 Price Volume Spreadsheet (J.5), and TO-1 RFTOP Instructions & Evaluation Criteria (J.6). All questions must be submitted in writing to the specified NOAA points of contact. For IDIQ, contact Paul Batrony (paul.batrony@noaa.gov) or Daniel Ok (daniel.ok@noaa.gov). For TO-1, contact Suzanna Espinoza (suzanna.espinoza@noaa.gov) or Cherron Bennett-Pettus (cherron.bennett-pettus@noaa.gov).