Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
MODIFICATION

B -- Request for Proposal 80GSFC25R0001 - Space Weather Geostationary (SWGEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study

Notice Date
9/12/2025 5:31:39 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC25R0001
 
Response Due
10/12/2025 2:00:00 PM
 
Archive Date
10/27/2025
 
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 submit a proposal in response to the National Aeronautics and Space Administration (NASA) Goddard Space Flight Center�s (GSFC) Space Weather Geostationary (SW GEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study 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. NASA will conduct this acquisition as a full and open competitive acquisition. The North American Industry Classification System (NAICS) code for this acquisition is 541330 and the small business size standard is $25.5 million. This competitive acquisition will result in a Firm-fixed Price requirement. The contract will have a total potential period of performance of nine months. The anticipated contract award date is in November 2025, with a contract effective date of November 2025. The contract will be performed offsite at the Contractor�s facilities. Potential offerors should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development. Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in sections L and M take precedence: 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. NASA GSFC appreciates the comments received in response to the release of the Draft Requet for Proposal (DRFP). These comments resulted in improvements to the quality and content of the overall final Request for Propsoal (RFP). Offerors should review the RFP in its entirety, as its content has changed from the DRFP version. The attached document titled, �80GSFC25R0001 - Draft RFP Government Responses� list identifies some areas where significant changes or clarifications have been made from the DRFP to this final RFP that may not have been addressed in the DRFP questions and responses. The list is not intended to cover all changes nor describe all RFP requirements. Offerors should carefully review the RFP in its entirety. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal. Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.215-1, INSTRUCTIONS TO OFFERORS�COMPETITIVE ACQUISITION, in particular paragraph (f)(4) which discusses the Government�s right to award a contract without discussions. In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy required all acquisition-related documents be released in Adobe Portable Document Format (PDF). While the RFP�s Price Volume exhibits are in PDF format, the Offeror�s Price Volume proposal shall include completed Price Volume exhibits in Microsoft Office Excel format with working cell formulas. 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 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 Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf. This RFP does not commit NASA GSFC to pay any proposal preparation costs, nor does it obligate NASA GSFC to procure or contract for these services. 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. Proposals submitted in response to this solicitation shall be due no later than 30 calendar days from the date of this letter by 5:00 PM Eastern Daylight Time. 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 would need to be addressed prior to the submission of proposal files through NASA�s EFSS Box. In accordance with NFS 1815.201(f), a �Blackout Notice� has been issued to NASA personnel. All inquiries/ communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below. All questions regarding this RFP should be submitted in writing, electronically to as per the instructions on the Cover Letter on or before 14 calendar days from the date of the release of this RFP. Offerors are encouraged to submit questions as soon as possible for consideration. Thank you for your support. We look forward to receiving your proposals.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9c08dc39c7b94128bdc1b503c86cb8d4/view)
 
Place of Performance
Address: Greenbelt, MD 20771, USA
Zip Code: 20771
Country: USA
 
Record
SN07588471-F 20250914/250912230039 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.