Near Earth Orbit Network Program's Sounder for Microwave-Based Applications
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Jan 29, 2025 10:14 am EST
- Original Response Date: Mar 06, 2025 12:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 21, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: USA
Description
NASA Goddard Space Flight Center plans to issue a Draft Request for Proposal (RFP) for the Near Earth Orbit Network (NEON) Program’s Sounder for Microwave-Based Applications (SMBA) Instrument.
SMBA will be a microwave sounding instrument flying on the NEON program series of low-earth orbit satellites. SMBA will have hyperspectral sounding capabilities to support the acquisition of high-resolution atmospheric temperature and moisture profiles used in a variety of applied products for weather forecasting and atmospheric monitoring. The procurement will consist of 12 SMBA flight models, one instrument Engineering Test Unit, and associated Ground Support Equipment (GSE) and simulators. The contract scope includes the requirements necessary to design, analyze, develop, fabricate, integrate, test, evaluate, and support launch of SMBA instruments; supply and maintain the instrument GSE; and support the Mission Operations at the mission operations facility. The SMBA instrument has a risk classification of Class C.
The Government does not intend to acquire a commercial product or commercial service using FAR Part 12.
This acquisition is a Full and Open competition.
The NAICS Code and Size Standard are 334511 and 1,350 employees, respectively.
The anticipated release date of the Draft RFP is the end of the first quarter of 2025 and the anticipated release date of the Final RFP is the end of the second quarter of 2025 with an anticipated offer due approximately 30 calendar days later.
The Draft RFP will be posted for information and planning purposes. No proposal is requested and no contract will be awarded as a result of the Draft RFP. Potential Offerors are invited to comment on all aspects of the solicitation including the requirements, proposal instructions, and evaluation approach. If your comments include recommendations for revisions, you must provide your rationale for such revisions. The timeline for comments to the Draft RFP will be specified in the Draft RFP Cover Letter.
NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
It is the offeror's responsibility to monitor this website for the release of the Draft RFP, RFP and amendments (if any). Potential offerors will be responsible for downloading their own copy of the Draft RFP, RFP, and amendments (if any).
Prospective offerors are encouraged to notify this office of their intent to submit an offer.
All contractual and technical questions must be submitted electronically via email to Bruce.B.Tsai@nasa.gov. Telephone questions will not be accepted.
Attachments/Links
Contact Information
Primary Point of Contact
- Bruce Tsai
- Bruce.B.Tsai@nasa.gov
- Phone Number 2406840428
Secondary Point of Contact
- Jerry Edmond
- jerry.edmond-1@nasa.gov
- Phone Number 3012869108