Space Weather Observations - Mission Operations Services (SWO-MOS) DRAFT REQUEST FOR PROPOSAL (RFP)
ID: DRAFT_1332KP24R0034Type: Presolicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASILVER SPRING, MD, 20910, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 4:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Space Weather Observations - Mission Operations Services (SWO-MOS) through a draft Request for Proposal (RFP). This procurement aims to establish a single-award, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to provide a multi-mission operations service architecture that supports space weather environmental observations, with a contract period from February 26, 2025, to February 26, 2030. The services are critical for enhancing capabilities in space weather observation and prediction, which are vital for national security and operational readiness. Interested contractors are encouraged to participate in an Industry Day on March 27, 2025, to gain insights into the project requirements and submit feedback on the draft RFP by April 15, 2025. For further inquiries, potential bidders can contact Todd Blose at todd.blose@noaa.gov or Recarlo Applewhite at Recarlo.Applewhite@noaa.gov.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 3:07 PM UTC
The document outlines the Space Weather Ground Services (SWGS) Ground Services Mission Assurance Requirements (GSMAR), effective from February 26, 2025, to ensure safety and mission assurance in projects related to space weather observations. It serves as a comprehensive guide for contractors and outlines mandatory requirements for project execution, including the establishment of a Safety and Mission Assurance (SMA) management program covering all lifecycle phases. The document specifies provisions for risk management, quality management systems, and system safety, as well as guiding rules for subcontractor oversight and documentation protocols. Key requirements encompass risk management integration, adherence to NASA and NOAA safety standards, hazard analysis, and the establishment of corrective actions for non-conformities. It also mandates the development of a Mission Assurance Implementation Plan (MAIP) and emphasizes the importance of continuous surveillance and reporting on quality metrics throughout the project's lifecycle. Key appendices provide a requirements applicability matrix and glossary of terms. This document highlights the commitment to mission integrity, emphasizing clarity and accountability for contractors in maintaining stringent safety and operational standards within government-funded projects.
Mar 26, 2025, 3:07 PM UTC
The document outlines the Space Weather Ground Services (SWGS) Mission Operations Services (MOS) and contains an Applicable and Reference (A&R) Documents List effective from February 26, 2025, to February 26, 2030. It serves as a consolidated reference for contractors involved in the SWGS development, specifying both Government and industry standards related to mission operations. Key documents referenced include various requirement statements, work statements, and a government-furnished property list, all necessary for compliance and operational integrity. The document underscores the importance of identifying and resolving documentation conflicts prior to work commencement, with a structured change control procedure in place for managing updates. It is essential for contractors to comprehend these guidelines to ensure adherence to quality standards and federal regulations. By consolidating critical operational information, the document aims to facilitate effective execution of the SWGS mission while adhering to necessary compliance and quality assurance procedures.
Mar 26, 2025, 3:07 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for the Space Weather Observations Mission Operations Services (SWO-MOS) program, effective from February 26, 2025, and expiring on February 26, 2030. Its primary purpose is to provide a detailed framework for data item descriptions essential for the management and execution of task orders under a base IDIQ contract. It includes sections about project management planning, delivery requirements, configuration management, risk management, and guidelines for documentation. Key items include the SWO-MOS Project Management Plan (PMP), Integrated Master Schedule, Contract Performance Reports, and financial reporting, emphasizing compliance with both NASA and NOAA standards. The CDRL also specifies how the contractor can utilize Government-furnished property and information to fulfill data requirements effectively. The document supports a structured methodology to control changes and maintain a systematic approach to project delivery, focusing on continuous improvement and accountability through metrics and regular assessments. Overall, it serves as a comprehensive guide for contractors engaged in the SWO-MOS program to align their efforts with governmental expectations and operational objectives in space weather monitoring and mitigation.
Mar 26, 2025, 3:07 PM UTC
The document titled "Space Weather Observations Mission Operations Services (SWO-MOS) Government Furnished Property (GFP) and Government Furnished Information (GFI) List" outlines essential property and information provided by the government to support space weather observations. Effective from February 26, 2025, until February 26, 2030, it emphasizes the importance of GWGs in facilitating the observatory’s operations, including communication, data processing, and telemetry analysis. The document incorporates management procedures for change control, ensuring accurate updates and information dissemination. Key services include Mission Operations Services, Antenna Services for communication, and Product Services for data handling. Additionally, it clarifies definitions for acronyms like GFP, GFI, TBS, TBD, and TBR, which are pivotal in understanding the context of provided resources. This GFP and GFI List serves as a foundational document in compliance with government regulations, requiring contractors to adhere to all stipulated guidelines and eligibility criteria when accessing government resources. The document's structure is methodical, featuring sections on the introduction, related documentation, and detailed explanations of the services and resources included in the grant. Overall, this list is critical for managing the operational aspects of space weather observations effectively, ensuring timely and accurate dissemination of information.
Mar 26, 2025, 3:07 PM UTC
The Space Weather Observations - Mission Operations Services (SWO-MOS) Mission Operations Services Requirements Document (MOSRD) outlines the essential requirements for Task Order 2 concerning the monitoring of the CCOR-3 instrument, which will be located on the European Space Agency's Vigil satellite. The document specifies that Mission Operations Services must handle CCOR-3 telemetry data, including its collection, processing, storage, and distribution. Key functions include the ability to generate alerts for telemetry gaps, implement large-scale data analysis, and support engineering analysis throughout the instrument's operational life. The operational capabilities also ensure that engineers can monitor the instrument's health remotely, customize data display options, and automate trending reports to enhance efficiency. Overall, this document addresses the critical operational protocols necessary for maintaining the CCOR-3 instrument in a calibrated state, ensuring the integrity and accuracy of space weather data for analysis and decision-making.
Mar 26, 2025, 3:07 PM UTC
The SWO-MOS Quality Assurance Surveillance Plan (QASP) outlines the monitoring and performance assessment protocols for the Space Weather Observations Mission Operations Services (SWO-MOS) contract. It is vital for maintaining high standards as per the contract terms, ensuring effective service delivery for NASA’s space weather programs over a five-year period starting February 26, 2025. The plan defines the roles and responsibilities of government and contractor representatives, focuses on surveillance methodologies including inspections and performance reviews, and establishes a matrix for measurable performance objectives. Key elements involve continuous monitoring of contractor execution, quality assurance, and compliance with scheduled milestones. The plan incorporates mechanisms for incentivizing successful performance while detailing remedies for instances of unacceptable quality. Overall, this QASP serves as a foundational document for achieving mission success in the critical area of space weather data collection and management, promoting collaboration between the government and the contractor to address performance issues proactively.
Mar 26, 2025, 3:07 PM UTC
The Space Weather Observations Mission Operations Services (SWO-MOS) Work Breakdown Structure (WBS) document, effective from February 26, 2025, outlines the framework for cost management associated with the SWO-MOS elements, particularly for the SOL Project. The WBS serves to create a logical connection among all project components while allowing flexibility for contractors and organizations involved in development efforts. Its systematic approach aids in accumulating cost data, facilitating contract management, proposal evaluations, and risk scheduling throughout the contract's duration. Additionally, the document includes a change history log, specifying that the baseline release corresponds with the approval of a previous document (SWGS R-0009). To maintain clarity, it references associated documents that provide definitions and terminologies relevant to the SWO program, establishing precedence in case of conflicts. The overall aim of the WBS is to streamline the management process within the parameters of government contract requirements, ensuring thorough oversight and coordination for the efficient development of space weather observations services.
Apr 8, 2025, 9:06 PM UTC
Apr 8, 2025, 9:06 PM UTC
The document outlines information pertinent to federal and state/local RFPs and grants, although its content contains significant encoding errors and is partially unreadable. The main purpose of such documents typically involves soliciting proposals for projects, services, or research that align with government objectives. These requests often include detailed descriptions of the requirements, eligibility criteria, funding availability, and deadlines for submission. Key ideas likely encompass the strategic goals of various government agencies seeking partnerships with private sector contractors, non-profits, and other organizations to achieve designated outcomes. Supporting details would generally involve specific project criteria, application processes, necessary qualifications, and evaluation standards intended to ensure alignment with federal laws and priorities. Given the context of governmental operations, these RFPs and grant opportunities facilitate collaboration aimed at social improvement, infrastructure development, and community service enhancements, ensuring taxpayer dollars are effectively utilized. Although the specific content of the file could not be discerned due to technical issues, its relevance to procurement processes remains significant within government structures. Subsequent clarity in the text would aid in providing more in-depth analysis and understanding of its implications for stakeholders.
Apr 8, 2025, 9:06 PM UTC
The draft Request for Proposal (RFP) for Space Weather Observations - Mission Operations Services (SWO-MOS) outlines the government's intent to establish a single-award, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to support space weather environmental observations. The contract will span a ten-year period beginning February 1, 2026, and offers the flexibility for task orders to be issued on various pricing bases, including Firm-Fixed-Price and Cost Reimbursement. An Industry Day is scheduled for March 27, 2025, to clarify project requirements and answer contractor questions, with a deadline for feedback on the draft RFP set for April 15, 2025. The document includes significant amendments related to contract clauses and procedures for task orders, ensuring compliance with federal acquisition regulations. Emphasis is placed on subcontractor competition and supply chain risk assessments, highlighting the government's focus on security and compliance. Additionally, the document specifies requirements for deliverables, inspection, and acceptance processes. This RFP reflects the government's commitment to enhancing capabilities in space weather observation and prediction, vital for national security and operational readiness.
Mar 14, 2025, 9:04 PM UTC
The draft Request for Proposal (RFP) outlines the Space Weather Observations - Mission Operations Services (SWO-MOS) contract, a single-award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract intended to establish a multi-mission operational service framework for space weather environmental observations. An Industry Day is scheduled for March 27, 2025, providing potential contractors an opportunity to understand project requirements and submit inquiries ahead of the proposal deadline. Feedback on the draft solicitation is encouraged until April 15, 2025. The IDIQ contract has a planned ten-year life, comprising a five-year base period and a five-year option, with various task order types including Firm-Fixed-Price, Time-and-Materials, and Cost-Reimbursement available. The document includes specific clauses for tasks, deliverables, quality inspections, and administrative protocols, emphasizing compliance with federal regulations. Key responsibilities include maintaining an impressive supply chain risk assessment program and ensuring contractor accountability for subcontractor payments and project progress. Overall, this RFP is a vital instrument aimed at strengthening capabilities in space weather forecasting to enhance predictive services.
Apr 8, 2025, 9:06 PM UTC
The document outlines the Space Weather Ground Services (SWGS) Ground Services Mission Assurance Requirements (GSMAR) for contracts supporting NASA's space weather efforts from February 26, 2025, to February 26, 2030. It serves as a comprehensive guide to ensure mission safety, reliability, and quality through various management practices across all project lifecycle stages. Key components include establishing a Safety and Mission Assurance (SMA) program, implementing a Quality Management System, and ensuring robust risk management. The GSMAR specifies requirements surrounding safety analysis, software assurance, and workmanship standards, emphasizing compliance with established NASA protocols. It facilitates the delegation of responsibilities to subcontractors while requiring documentation and monitoring for quality control and risk mitigation. The document aims to guarantee the integrity and safety of services rendered by contractors, subsidiaries, and associated project contributors, ultimately fostering successful mission outcomes in the field of space weather observation and research.
Apr 8, 2025, 9:06 PM UTC
The Space Weather Observations - Mission Operations Services Requirements Document (MOSRD) outlines the requirements for the CCOR-3 Instrument Monitoring under an IDIQ Contract. The mission, hosted on the European Space Agency's Vigil satellite, necessitates the receipt and processing of telemetry data, including housekeeping and engineering data, to support instrument health monitoring. The document stipulates that the Mission Operations Services shall handle telemetry data retrieval, processing, storage, and display, ensuring engineers can remotely access and analyze this data for real-time health assessments. Key responsibilities include identifying gaps in telemetry data, generating notifications for faults, and providing engineering analysis capabilities for long-term monitoring. The system must also display telemetry data promptly and identify invalid data to avoid analysis errors. Furthermore, the MOSRD emphasizes the importance of calibrating CCOR-3 instruments to maintain operational effectiveness. Overall, the MOSRD serves as a technical framework for the Mission Operations Services to ensure comprehensive monitoring and management of the CCOR-3 instrument throughout its mission lifecycle, aligned with federal standards and practices relevant to government RFPs and grants.
Apr 8, 2025, 9:06 PM UTC
The document serves as the Contract Data Requirements List (CDRL) for the Space Weather Observations Mission Operations Services (SWO-MOS), effective from February 26, 2025, to February 26, 2030. Its purpose is to outline the necessary data deliverables for contractors under the SWO-MOS Base IDIQ contract, detailing each item required alongside its descriptions. The document includes critical sections such as the introduction, related documentation, and comprehensive item descriptions ranging from project management plans and schedules to risk management plans and software specifications. Key deliverables are specified for both agile and non-agile work streams, emphasizing the importance of change management, configuration control, and risk assessment throughout the project lifecycle. The document integrates traditional project management methods with agile practices, ensuring that deliverables align with mission requirements and government regulations. Overall, this CDRL plays a foundational role in structuring, guiding, and maintaining accountability for the project, while establishing clear expectations for compliance and project execution. It aims to facilitate communication, streamline processes, and ensure effective collaboration among various stakeholders, reflecting the government's commitment to managing complex projects in space weather monitoring efficiently.
Apr 8, 2025, 9:06 PM UTC
The document outlines the Work Breakdown Structure (WBS) and Dictionary for the Space Weather Observations Mission Operations Services (SWO-MOS) managed by NASA and NOAA. Effective from February 26, 2025, until February 26, 2030, this document establishes a framework for cost specification and management within the SWO-MOS projects, specifically starting with the SOL Project identified in Task Order 1. The WBS allows for systematic data collection and supports various management activities such as cost estimates, contractor evaluations, and earned value management. The content is controlled through a configuration management process, with a change history log tracking updates. The document also references related materials and terminology guidelines essential for ensuring clarity and conflict resolution within project operations. It emphasizes a structured approach while allowing flexibility for contractors to manage their respective development efforts. This aligns with the overarching goals of government RFPs and grants, which seek standardized, accountable project execution in public service programs.
Apr 8, 2025, 9:06 PM UTC
The document outlines the Applicable and Reference (A&R) Documents List for the NASA Space Weather Ground Services (SWGS) initiative, specifically focusing on Space Weather Observations Mission Operations Services (SWO-MOS) effective from February 26, 2025, to February 26, 2030. It presents a comprehensive framework that consolidates essential documents and standards required by contractors engaged in SWGS. The key elements include the scope of the document, government-prepared and controlled documents, and industry standards that contractors must adhere to, addressing potential documentation conflicts and resolutions. It details mandatory documents for compliance, including the Mission Operations Services Requirements Document, Government-Furnished Property list, and various performance and quality assurance plans. The change history log indicates a baseline release following prior approvals. The document’s structured layout organizes essential information for operational management, ensuring all tasks align with NASA’s procedural integrity and mission objectives. The A&R list serves as a vital guide for contractors, facilitating adherence to federal regulations and promoting the successful execution of space weather-related missions.
Apr 8, 2025, 9:06 PM UTC
The document outlines the Government Furnished Property (GFP) and Government Furnished Information (GFI) List for the Space Weather Observations Mission Operations Services (SWO-MOS) contract, effective from February 26, 2025, until February 26, 2030. It establishes controls and procedures for configuration management, indicating that any changes will follow specific Class I and Class II protocols. The SWO-MOS contract aims to support mission operations through various services necessary for communication and management of space observatories, including telemetry analysis and product services. Key terminologies are defined, such as GFP for resources provided by the government and GFI for information and software provided for contract performance. The document also includes a change history log and tables for tracking action items and related documentation. In summary, this file serves as a foundational blueprint for the SWO-MOS contract, detailing the property and information expected to be furnished by the government to facilitate effective mission operations in space weather monitoring and research. It emphasizes the importance of adhering to established protocols and documentation throughout the contract's lifespan.
Apr 8, 2025, 9:06 PM UTC
The Mission Operations Services Requirements Document (MOSRD) outlines the functional and performance specifications for providing mission operations services for the Space Weather Observations (SWO) program, focusing on the development of a series of observatories at the Sun-Earth Lagrange point. Central to the SW Next program, the SOL project aims for continuous solar observations beginning with the launch of SOL-A expected in 2029. Contents cover operational environments, general requirements, design constraints, and IT security measures. Key requirements include ensuring high data availability (99.5%) and operational availability (98.9%), capability for command operations, adherence to cybersecurity standards, and configuration management for both software and hardware. The document emphasizes the significance of providing reliable ground operations that facilitate effective monitoring, control, and command of observatories, and necessitates compliance with stringent standards while supporting future scalability for additional observatories. The MOSRD serves as a fundamental guide for contractors involved in delivering mission operations services under government contracts, ensuring that necessary specifications are met throughout the lifecycle of the observatories.
Apr 1, 2025, 3:06 PM UTC
The document outlines the Mission Operations Services Requirements Document (MOSRD) for the CCOR-3 Instrument Monitoring under the Space Weather Observations (SWO) program. The primary purpose is to detail the capabilities required for managing and processing telemetry data from the CCOR-3 instrument, which will be hosted on the European Space Agency's Vigil satellite. Key tasks include receiving and processing telemetry, managing instrument housekeeping and engineering data, and providing tools for data analysis and visualization. The MOSRD emphasizes the importance of real-time data display and the need to identify gaps in data, facilitating prompt fault identification and resolution. Additionally, it specifies data handling procedures, the ability to monitor instrument calibration, and support for long-term engineering analysis. Overall, the document serves as a crucial framework for contracting Mission Operations Services essential for the success of the SWO initiative.
Apr 8, 2025, 9:06 PM UTC
The document outlines the Quality Assurance Surveillance Plan (QASP) for the Space Weather Observations Mission Operations Services (SWO-MOS) contract, effective from February 26, 2025, to February 26, 2030. It aims to establish the procedures for monitoring and assessing the Contractor's performance against contractual standards. The QASP details the vision and mission of the SWO-MOS, emphasizing scalability, interoperability, cost-effectiveness, and security. Responsibilities are assigned to government representatives, including the Program Manager and Contracting Officer, who will oversee performance and compliance. Key surveillance methodologies include participation in Agile development activities, formal reviews, inspection of deliverables, and performance reporting, allowing the government to monitor the Contractor's adherence to quality and performance standards. Incentives for exceeding performance standards and remedies for non-compliance, such as corrective action plans, are also outlined. The document serves as a living guide for continuous oversight and enables adjustments based on contractor performance to ensure effective execution of mission objectives related to space weather data collection.
Apr 8, 2025, 9:06 PM UTC
The document outlines the Base Performance Work Statement for the Space Weather Observations Mission Operations Services (SWO-MOS) contract under the National Oceanic and Atmospheric Administration (NOAA) and the National Aeronautics and Space Administration (NASA). Effective from February 26, 2025, and expiring on February 26, 2030, this contract focuses on advancing space weather observational capabilities and ensuring continuous satellite operations to support NOAA's mission related to climate and space weather predictions. Key aspects include the framework for the Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which allows for multiple types of task orders, such as solution enhancement, maintenance, and special studies. Responsibilities range from the development and scaling of mission operation capabilities to the integration of observatory management processes. The document also emphasizes the need for comprehensive ground services across various SWO projects while ensuring compliance with security and safety standards. The SWO-MOS solution will utilize existing infrastructure and processes within NOAA for satellite operations, data processing, and product generation, fostering a scalable and efficient platform for space weather observations. This contract aims to support NOAA's goals by ensuring timely and reliable weather data delivery for both operational and research purposes.
Apr 8, 2025, 9:06 PM UTC
The document outlines the Performance Work Statement (PWS) for Task Order 01, which concerns the Space Weather Observations Mission Operations Services (SWO-MOS) for the first SOL observatory under the U.S. Department of Commerce and NASA. The primary objective is to develop and sustain operational capabilities for the SOL-A observatory, set to launch no earlier than June 2029. It includes constructing a multi-mission architecture for the observatories at the Sun-Earth L1 point, employing instruments for solar monitoring and data collection. The contractor is responsible for program management, developing a solution based on existing systems, and ensuring compliance with government regulations. Key components involve establishing programmatic structures, designing a capability roadmap, and deploying both operational and backup solutions. The document emphasizes the importance of maintaining rigorous security protocols and fulfilling documentation deliverables in accordance with the Contract Data Requirements List (CDRL). The document serves as a foundational element for implementing space weather observatory services, encouraging collaboration between multiple federal agencies while underscoring their commitment to advancing space weather research and monitoring capabilities.
Apr 8, 2025, 9:06 PM UTC
The draft document outlines the Performance Work Statement (PWS) for the Space Weather Observations Mission Operations Services (SWO-MOS) Task Order 02, specifically for the Lagrange 5 Vigil Project related to Compact Coronagraph operations. It establishes requirements for NOAA's operational services tied to the deployment and maintenance of the CCOR-3 instrument, slated for launch with the European Space Agency's Vigil mission. Key responsibilities include integrating CCOR-3 with existing systems, managing data exchange, ensuring telemetry data availability, and supporting anomaly resolution throughout the instrument's lifecycle. The contractor must create a development roadmap, conduct testing, and ensure adherence to project timelines, with operations expected to span until March 31, 2032. The document emphasizes rigorous documentation alongside collaboration between NOAA and ESA to ensure data processing and product distribution meet mission requirements. This summary encapsulates the primary focus of the RFP in ensuring successful mission operations and support for a critical space weather observation tool.
Mar 20, 2025, 6:06 PM UTC
The document outlines the Base Performance Work Statement (PWS) for the Space Weather Observations Mission Operations Services (SWO-MOS), set to be active from February 26, 2025, to February 26, 2030. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract, managed by the NOAA's National Environmental Satellite, Data, and Information Service (NESDIS), aims to support various space weather observation initiatives critical for national safety and disaster preparedness. Key components include the development and maintenance of operational services for the SWO observatories, which will collect and process data from space weather instruments in multiple orbits. The contractor will manage satellite operations, ensuring timely delivery and compliance with project schedules. Primary deliverables include satellite data management, operator training, systems integration, and adherence to information security protocols. The structure comprises an introduction to the NESDIS mission, definitions of key terms, and a comprehensive overview of roles and responsibilities under the contract. Emphasis is placed on a collaborative approach between NOAA and contractors, ensuring rigorous quality management, risk assessment, and continuous system improvement to meet evolving mission requirements. This outlines a proactive response to space weather events, underlining the government’s commitment to advancing environmental data capabilities.
Mar 26, 2025, 3:07 PM UTC
The document outlines the Base Performance Work Statement for the Space Weather Observations Mission Operations Services (SWO-MOS) contract, effective from February 26, 2025, to February 26, 2030. Managed by the National Oceanic and Atmospheric Administration (NOAA) and the National Aeronautics and Space Administration (NASA), this contract ensures comprehensive ground services for space weather observation missions. Key objectives include developing a multi-mission operation service architecture, supporting satellite operations, and maintaining data management for space weather observations. The document details contract management, including task order administration and requirements for deliverables related to mission operations. It emphasizes a hybrid contract type with various task orders, allowing for flexibility in fulfilling project goals. The contractor is responsible for implementing Agile practices, tracking performance through Earned Value Management, and maintaining compliance with stringent cybersecurity and property management standards. The structure includes sections on scope, performance expectations, definitions, and related documentation. Overall, the SWO-MOS contract is crucial for advancing NOAA's mission and enhancing the nation's capabilities in space weather observation and forecasting.
Mar 25, 2025, 2:06 PM UTC
The document outlines the Base Performance Work Statement (PWS) for the Space Weather Observations Mission Operations Services (SWO-MOS) contract, effective from February 26, 2025, to February 26, 2030. Managed by the National Oceanic and Atmospheric Administration (NOAA), the SWO-MOS aims to enhance capabilities in monitoring space weather to protect lives and infrastructure. The contract encompasses an Indefinite Delivery/Indefinite Quantity (IDIQ) approach, allowing for various task orders related to the development, maintenance, and enhancement of operational services for NOAA’s space weather observations. Key components include assessing existing command and control architectures, ensuring observatory management, and data processing. Ground services are categorized into Antenna Services, Product Services, and Mission Operations Services, each crucial for maintaining observational continuity and addressing mission requirements efficiently. The document emphasizes the collaboration between government representatives and contractors, including a structured project management framework using Agile methodologies for iterative development and risk management. Furthermore, it addresses compliance with cybersecurity measures, property management, and the necessity for government rights to data generated under the contract. Overall, the PWS serves as a foundational guide for achieving NOAA's objectives in space weather monitoring, ensuring the effective delivery and support of services to enhance national safety and environmental understanding.
Mar 25, 2025, 2:06 PM UTC
The document outlines the Performance Work Statement (PWS) for Task Order 01 of the Space Weather Observations Mission Operations Services (SWO-MOS) project by the U.S. Department of Commerce's NOAA. Effective from February 26, 2025, it covers the operational and management framework for the SOL-A observatory, part of a multi-mission initiative aimed at enhancing space weather monitoring capabilities. The initial launch of SOL-A is targeted for June 2029. Key objectives include establishing programmatic structures, developing operational capabilities, and ensuring timely data processing and management to support the observatory's lifecycle. The contractor is tasked with leveraging previous ground segment capabilities from the SWFO-L1 system, preparing necessary documentation, and implementing project-specific modifications. Deliverables include a detailed document delivery plan and adherence to a schedule of milestones that progressively build operational capabilities towards mission readiness. The scope encompasses geographical locations for operation including NOAA's Satellite Operations Facility and other potential remote sites. Maintenance of compliance with security standards is emphasized, alongside progressive testing and version releases aligned with project milestones. Overall, the document sets forth a structured approach to facilitate effective operation and data management for space weather observation missions over the next five years.
Mar 26, 2025, 3:07 PM UTC
The document outlines the Task Order 01 Performance Work Statement for the Space Weather Observations Mission Operations Services (SWO-MOS), specifically focusing on the first observatory, SOL-A, as part of a multi-mission initiative under the Space Weather Next project. It establishes a timeline for development, with the first launch targeted for June 2029 and subsequent missions planned. The scope includes creating programmatic structures, developing a solution leveraging existing NOAA systems, and ensuring the observatory meets performance milestones. Key requirements span mission planning, spacecraft control, data processing, and operational capabilities, with the contractor responsible for maintaining and sustaining these systems. Data and solution deliverables are to be provided incrementally, adhering to specified milestones and quality assurance criteria. The document also describes the operational locations, period of performance extending from January 2026 to June 2030, and necessary documentation to ensure proper execution and compliance with government standards. It emphasizes an iterative development approach and commitments to security and configuration management throughout the project lifecycle. Overall, it underscores the government’s goal to enhance space weather observation capabilities through systematic planning, execution, and advancement of technologies and services.
Mar 25, 2025, 2:06 PM UTC
The document outlines the Performance Work Statement for Task Order 02 of the Space Weather Observations Mission Operations Services (SWO-MOS) related to the Lagrange 5 Vigil Project's Compact Coronagraph Operations Services. It emphasizes NOAA’s responsibilities for the deployment and operation of the CCOR-3 instrument, which will be integrated with ESA's Vigil mission set to launch by 2031. The key objectives include establishing operational capabilities for monitoring the health and safety of CCOR-3, deploying necessary solutions, and conducting tests to ensure successful mission outcomes. The document details requirements for developing and sustaining the SWO-MOS solution, outlining periods of performance, and specifying places of service. It mandates the contractor to deliver detailed documentation, conduct reviews, and maintain a schedule leading to the Vigil mission launch and related testing phases. The focus is on implementing agile principles for development, ensuring robust status monitoring, and maintaining regulatory compliance, reflecting NOAA's commitment to advancing space weather observation capabilities.
Mar 26, 2025, 3:07 PM UTC
The document outlines the Performance Work Statement for Task Order 02 of the Space Weather Observations Mission Operations Services (SWO-MOS) related to the Lagrange 5 Vigil Project's Compact Coronagraph Operations Services. It emphasizes NOAA’s responsibilities for the deployment and operation of the CCOR-3 instrument, which will be integrated with ESA's Vigil mission set to launch by 2031. The key objectives include establishing operational capabilities for monitoring the health and safety of CCOR-3, deploying necessary solutions, and conducting tests to ensure successful mission outcomes. The document details requirements for developing and sustaining the SWO-MOS solution, outlining periods of performance, and specifying places of service. It mandates the contractor to deliver detailed documentation, conduct reviews, and maintain a schedule leading to the Vigil mission launch and related testing phases. The focus is on implementing agile principles for development, ensuring robust status monitoring, and maintaining regulatory compliance, reflecting NOAA's commitment to advancing space weather observation capabilities.
Lifecycle
Title
Type
Similar Opportunities
TraCSS Space Situational Awareness (SSA) Research and Technology Development
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the TraCSS Space Situational Awareness (SSA) Research and Technology Development through a Broad Agency Announcement (BAA-NOAA-SSA-STC-2025). The objective is to enhance technologies related to Space Situational Awareness and Space Traffic Coordination, inviting white papers that focus on basic and applied research, particularly in areas such as data fusion, conjunction assessment, and risk assessment methodologies. This initiative is crucial for improving safety and management in the increasingly crowded space environment. Interested U.S.-based entities, including small businesses and disadvantaged groups, are encouraged to submit proposals by the deadline of May 30, 2025, with an estimated total funding of approximately $9.9 million available for awarded projects. For further inquiries, potential offerors can contact Noelle Albert at NOELLE.ALBERT@NOAA.GOV or Elizabeth Abraham at ELIZABETH.ABRAHAM@NOAA.GOV.
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.
Broad Agency Announcement: Weather Radar Technology Exploration for the National Weather Service
Buyer not available
The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Broad Agency Announcement (BAA) focused on Weather Radar Technology Exploration, aimed at modernizing the National Weather Service's (NWS) aging radar systems. The initiative seeks innovative solutions to enhance radar data continuity, coverage, and performance, particularly for underserved communities, as the NWS prepares to replace the existing NEXRAD network. This modernization effort is critical for improving weather forecasting and emergency management capabilities, ensuring public safety and economic resilience against severe weather events. Approximately $8 million in funding is available for 5-15 awards, with proposals due for Tier 1 by March 28, 2025, and for Tiers 2 and 3 by April 30, 2025. Interested parties can contact Holly A. Ferguson at holly.ferguson@noaa.gov or Kevin J. Buum at kevin.j.buum@noaa.gov for further information.
Draft RFP - Near Earth Orbit Network Program's Sounder for Microwave-Based Applications
Buyer not available
NASA's Goddard Space Flight Center is seeking industry feedback on a Draft Request for Proposal (RFP) for the Sounder for Microwave-Based Applications (SMBA) under the Near Earth Orbit Network (NEON) program. The primary objective is to design, develop, and support the SMBA instruments, which are crucial for enhancing Earth observation capabilities, particularly in atmospheric and weather forecasting. This initiative is part of a collaborative effort between NASA and NOAA to improve environmental monitoring through advanced microwave technology. Interested parties are encouraged to submit comments and questions to Bruce Tsai by May 9, 2025, with the final RFP expected to be released in Q4 of 2025 and contract awards projected for Q4 of 2026.
Request for Information (RFI): NESDIS Consolidated Antenna and Ground Systems Services (NCAGSS)
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is conducting a Request for Information (RFI) to gather insights on Consolidated Antenna and Ground Systems Services (NCAGSS). The objective is to assess the marketplace's capabilities in providing sustainment and maintenance services for legacy antenna systems, developing new capabilities in various orbital domains, and supporting Antenna-as-a-Service (NAaaS) initiatives. This initiative is crucial for NOAA's mission to deliver timely access to global environmental data, enhancing the efficiency and reliability of satellite operations. Interested vendors are encouraged to submit their responses by May 5, 2025, and can direct inquiries to Jame Chang at jame.chang@noaa.gov or Kortney Carter at Kortney.Carter@noaa.gov.
NESDIS Architectural and Engineering IDIQ
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking qualified architect-engineer firms to provide Indefinite-Delivery, Indefinite-Quantity (IDIQ) services for the National Environmental Satellite Data and Information Service (NESDIS). The contract will encompass a range of services including project management, facility programming, design services, and construction oversight for various NESDIS facilities primarily located in the Washington DC metro area and Fairbanks, Alaska. This initiative is crucial for enhancing the operational capabilities of NESDIS, which plays a vital role in environmental data and satellite operations. Interested firms must submit their qualifications electronically by May 16, 2025, with a total submission limit of 80 pages, and should be registered in the System for Award Management (SAM) to be eligible for award. The estimated budget for this requirement is between $5 million and $10 million.
Lawn Maintenance Services for the National Weather
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide lawn maintenance and groundskeeping services for the National Weather Service (NWS) located in Pleasant Hill, Missouri. This procurement is structured as a Request for Quotation (RFQ) and is designated as a total Small Business Set-Aside under NAICS code 561730, with a size standard of $9.5 million. The contract encompasses a base year and four option years, requiring services such as mowing, trimming, pruning, fertilizing, and managing the sprinkler system, with payment based on actual jobs completed. Interested vendors must submit their quotes electronically by 12 PM on April 29, 2025, to the primary contact, Diana Romero, at diana.romero@noaa.gov.
NOAA: ROTRONIC Humidity Probes and Cables for National Weather Service (NWS)
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide fifty Rotronic humidity probes and associated cables for the National Data Buoy Center (NDBC) located at Stennis Space Center, Mississippi. This procurement aims to replace aging or damaged probes, ensuring the collection of accurate meteorological data critical for public safety and effective forecasting. The contract will be awarded based on the best value to the government, with a firm-fixed price structure and a focus on compliance with federal acquisition regulations. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes electronically, adhering to the specified deadlines and requirements outlined in the solicitation documents. For further inquiries, contact Nikki Radford at NIKKI.RADFORD@NOAA.GOV or Steven Prado at STEVEN.M.PRADO@NOAA.GOV.
Lawn Maintenance Services for the National Weather
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide lawn maintenance and groundskeeping services for the National Weather Service (NWS) facility located in West Paducah, Kentucky. The procurement involves a total Small Business Set-Aside contract for a base year of 12 months, with options for four additional years, encompassing tasks such as weekly mowing, trimming, fertilization, and overall maintenance of the grounds to ensure a well-kept environment essential for weather forecasting operations. Interested contractors must submit their quotes electronically by 12:00 PM MST/MDT on April 28, 2025, to the primary contact, Diana Romero, at diana.romero@noaa.gov, and are encouraged to inspect the site prior to bidding to understand the specific requirements and conditions.
United States Naval Observatory- Scientific Research Support Services
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for scientific research support services at the United States Naval Observatory in Washington, D.C. This procurement aims to establish a single-award Indefinite-Delivery, Indefinite-Quantity contract with Firm, Fixed-Price provisions, focusing on providing technical support in areas such as physics, astronomy, and engineering, with a total estimated ceiling of approximately $6.2 million over a five-year period from June 1, 2025, to May 30, 2030. Interested small businesses must submit their proposals electronically by April 29, 2025, and are encouraged to familiarize themselves with the applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. For further inquiries, potential contractors can contact Cody Witz at cody.s.witz.civ@us.navy.mil.