SPECIAL NOTICE
B -- Draft Request for Proposal 80GSFC25R0001 - Space Weather Geostationary (SWGEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study
- Notice Date
- 6/16/2025 9:56:26 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- 80GSFC25R0001
- Response Due
- 6/30/2025 2:00:00 PM
- Archive Date
- 09/01/2025
- Point of Contact
- Kyle Vann
- E-Mail Address
-
kyle.r.vann@nasa.gov
(kyle.r.vann@nasa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Goddard Space Flight Center�s Space Weather Geostationary (SW GEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study draft solicitation. The principal purpose of this requirement is to provide a Phase A instrument study which may be later used by NASA GSFC to solicit for development of the PHOMI Instrument. The PHOtospheric Magnetograph Imager (PHOMI) is planned to fly on the National Oceanic and Atmospheric Administration (NOAA) Space Weather Geostationary (SW GEO) Series project satellites. National Aeronautics and Space Administration (NASA) seeks information on instrument concepts for photospheric magnetograph imagers capable of producing line of sight (LOS) measurements of the photospheric magnetic field. High resolution mapping of the solar photospheric magnetic field is a critical input to model the solar wind velocity, density, and magnetic polarity. Potential offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, schedules, proposal instructions, and evaluation approaches, any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other programmatic risk issues associated with performance of the work. NASA will conduct this acquisition as a full and open competitive acquisition. This competitive acquisition will result in a Firm-Fixed-Price contract. The contract will have a total potential period of performance of nine months. The North American Industry Classification System (NAICS) code for this acquisition is 541330 and the small business size standard is $25.5 million. Potential offerors should ensure its company is listed in the online database(s) for the following: System for Award Management: www.sam.gov U.S. Department of Labor Veterans� Employment and Training Service, VETS-4212 Reports: https://vets4212.dol.gov/vets4212/ US Government�s Unique Entity Identifier (UEI): https://www.gsa.gov/about-us/organization/federal-acquisition-service/technology-transformation-services/integrated-award-environment-iae/iae-systems-information-kit/unique-entity-identifier-update The current planned release date for the Final Request for Proposal (RFP) is late July 2025 with proposals being due approximately 30 calendar days after the Final RFP release date. The anticipated contract award date is during September 2025, with a contract effective date of October 2025. The contract will be performed offsite at the Contractor�s facilities. The following additional information is provided to assist in understanding this acquisition: NASA has determined that this acquisition may give rise to a potential organizational conflict of interest (OCI). Offerors should refer to NFS clause 1852.209-71 Limitation of Future Contracting, for a description of the potential conflict(s) and any restrictions on future contracting. Proposals for this solicitation are required to be submitted through NASA�s Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform. Potential offerors, especially those that have not previously submitted a proposal utilizing NASA�s EFSS Box, are encouraged to review the solicitation instruction entitled �Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA�s EFSS Box� which provides instructions related to the submission of proposal via EFSS Box. Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that need to be addressed prior to the submission of proposal files through NASA�s EFSS Box. To control and protect sensitive data owned by the Government and its Contractors, NASA policy requires all acquisition-related documents be released in Adobe Portable Document Format (PDF). Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments, and links to online reference/technical/bidders� library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at the System for Award Management located at www.sam.gov. Potential Offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) clause 1852.215-84, Ombudsman, is applicable. The Ombudsman for this acquisition is Eric Newman, who may be contacted via email at eric.j.newman@nasa.gov or by telephone at (240) 313?8320. This DRFP is not a solicitation and NASA is not requesting proposals. This DRFP does not commit NASA GSFC to pay any proposal preparation costs, nor does it obligate NASA GSFC to procure or contract for this requirement. This request is not an authorization to proceed and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. Any comments regarding the DRFP should be submitted electronically in writing, to Kyle Vann, Contract Specialist, via email at kyle.r.vann@nasa.gov with a carbon copy (cc) to the undersigned, Raymond Jones, Contracting Officer, at raymond.r.jones@nasa.gov, within 14 calendar days after the release of this DRFP. If a respondent believes their comments contain confidential, proprietary, competition sensitive, or business information, those questions/comments shall be marked appropriately. However, questions that are marked as containing confidential, proprietary, competition sensitive or business information will not be provided a Government response. The Government will consider all comments received in preparation of the Final RFP. To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFP. Some DRFP questions and comments may receive a posted response to the Government Point of Entry (GPE) if the Contracting Officer determines that a response would facilitate additional understanding of the solicitation. The Government may also respond via the GPE to comments and/or questions received following the issuance of the Final RFP.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/701842af77c24caea617b4f301418e08/view)
- Place of Performance
- Address: Greenbelt, MD 20771, USA
- Zip Code: 20771
- Country: USA
- Zip Code: 20771
- Record
- SN07478310-F 20250618/250616230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |