The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) plans to award a contract for a Phase A study for a PHOtospheric Magnetograph Imager (PHOMI) for upcoming Space Weather Geostationary (SWGEO) program satellites.
The PHOMI is planned to fly on the National Oceanic and Atmospheric Administration (NOAA) SWGEO program satellites. 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. In addition to magnetic field measurement, doppler velocity observations are also of interest. While only LOS observations are required, if capabilities could be extended to vector measurements, the Government would be looking to understand and have potential offerors describe any impacts on the sensor Size, Weight, and Power (SWAP), cost, and risk.
If awarded, the Government anticipates awarding up to four Firm-Fixed-Price (FFP) contracts, each valued at approximately $1.5 million with a potential 12 month period of performance (one nine-month Base Period and one three-month Option Period).
The Government anticipates releasing a Draft Request for Proposal (DRFP) during May 2025. This will be an opportunity for potential offerors to provide questions, comments, or concerns regarding the DRFP. The Government will not accept any proposals or offers for the DRFP.
The Government anticipates releasing a Final Request for Proposal (RFP) during June 2025 with an anticipated offer due date 30 days after release.
The Government does not intend to award a resultant contract using the Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Products and Commercial Services).
This procurement will be a Full and Open Competition with no anticipated Small Business goals for this procurement.
The North American Industry Classification System (NAICS) Code is 541330 with a Size Standard of $25.5 million.
All responsible sources may submit an offer when applicable, which shall be considered by NASA GSFC. NASA FAR (NFS) clause 1852.215-84 (Ombudsman) is applicable. The GSFC Ombudsman for this acquisition can be found at https://www.nasa.gov/ombuds-office/ombuds-contact-us/.
This Pre-Solicitation Synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on the System for Award Management (SAM) at https://www.sam.gov/, which may be accessed using a WWW browser application. It is the offeror's responsibility to monitor SAM for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual technical questions must be submitted electronically via email to Kyle Vann at [email protected]. Telephone questions will not be accepted.