How can small businesses respond to NOAA’s Commercial Data Purchase RFP for microwave sounder data? 2026
Step-by-step checklist for small vendors to prepare, price, and submit responsive proposals to NOAA’s Commercial Microwave Sounder RFP, with deadlines, FAR citations, and actionable timelines.
Gov Contract Finder
••7 min read
What Is How can small businesses respond to NOAA’s Commercial Data Purchase RFP for microwave sounder data? and Who Does It Affect?
According to GSA guidelines, contractors must confirm SAM.gov registration, valid NAICS and size status, and adhere to FAR clauses included in the solicitation when pursuing NOAA’s Commercial Microwave Sounder RFP. This opening guidance targets small businesses including 8(a), HUBZone, WOSB, SDVOSB and VOSB firms seeking to supply radiometric microwave sounder data products to NESDIS. Per FAR 19.502, small businesses can pursue set-aside opportunities and joint ventures; the NOAA RFP specifically invites commercial data offers and technical demonstrations while emphasizing near-real-time delivery, calibration documentation, and data format interoperability. The SBA reports that 78% of successful small business awards in earth observation procurement involve demonstrated domain expertise plus one teaming agreement with systems integrators; therefore early teaming and establishing a GSA or agency-friendly past performance narrative is critical. Under OMB M-25-21, agencies will favor data services that conform to federal data standards and interoperability, and NOAA’s pilot aims to evaluate performance against operational NOAA baselines. DoD’s CMMC framework requires controlled controls for some sensor data when integrated with defense systems, and while this NOAA pilot is civilian, awareness of CMMC and FedRAMP requirements helps vendors plan security posture and potential downstream integrations.
What is How can small businesses respond to NOAA’s Commercial Data Purchase RFP for microwave sounder data??
NOAANESDIS
According to NOAA NESDIS, the RFP procures commercial microwave sounder data to test operational value and data quality in NOAA forecasts. Per ExecutiveGov coverage, NOAA plans multiple awards for pilot purchases; small businesses must supply calibrated radiances, latency guarantees, and pricing for subscription or bulk delivery by June 30, 2026.
Per FAR 19.502, small businesses can qualify for set-aside procurement strategies, joint ventures, and mentor-protégé arrangements to compete for NOAA’s commercial data buys, and the RFP explicitly lists small business-friendly procurement mechanisms. According to GSA guidelines, contractors must maintain up-to-date representations and certifications in SAM.gov, including their small business status, socio-economic classification (8(a), HUBZone, WOSB, SDVOSB, VOSB), and NAICS code aligned with remote sensing or data services. The NOAA NESDIS RFP language emphasizes performance demonstrations, delivery SLAs, and verification of instrument calibration, so bidders should include technical appendices with calibration curves, metadata standards, and latency measurements. The SBA reports that 78% of small businesses winning agency pilot or prototype purchases had at least one partner that previously held a federal data-sharing agreement or a prime contract supporting operational ingestion. Under OMB M-25-21, agencies will evaluate commercial data purchases against federal data standards and the ability to ingest data into NOAA operational systems; bidders should therefore map their outputs to NOAA’s required file formats, metadata schemas, and authentication methods. Firms should also anticipate inclusion of standard FAR commercial item terms (FAR 52.212-1 and 52.212-4) and provide a clear pricing model—subscription, per-scan, or per-terabyte—so evaluators can compare cost-effectiveness across offers.
According to GSA guidelines, contractors must demonstrate past performance, financial viability, and the ability to comply with data security and delivery requirements when responding to NOAA’s RFP. The solicitation evaluates technical quality, latency, calibration fidelity, and programmatic maturity; vendors should include test datasets, third-party validation, and SOPs for calibration and quality control. Per FAR 19.502, small businesses can leverage team-small business arrangements to meet capability gaps; teaming with a data integrator or a university lab that performs radiometric validation is a common strategy. The SBA reports that 78% of successful small vendors provided a detailed transition plan to NOAA ingestion workflows and offered phased delivery milestones tied to price reductions. Under OMB M-25-21, agencies will prefer offers demonstrating adherence to federal data policies and continuity of service; bidders must clarify continuity-of-operations plans and redundancy for data delivery. DoD's CMMC framework requires documented cybersecurity practices for systems that may be cross-used in defense contexts; while NOAA does not impose CMMC on civilian pilots, demonstrating NIST SP 800-171 or FedRAMP-aligned controls can increase confidence for downstream reuse by DoD or DHS partners.
$12,000,000
Estimated NOAA Commercial Microwave Sounder pilot funding (NOAA NESDIS)
How do contractors comply with How can small businesses respond to NOAA’s Commercial Data Purchase RFP for microwave sounder data??
FARSAM.gov
Start with SAM.gov registration and certify size status 90 days before submission. Per FAR 52.212-1, provide technical data, calibration records, and pricing (subscription or per-scan). Submit proposals by June 30, 2026; include SLA, latency metrics, and a 90‑day pilot delivery plan to meet NOAA ingestion tests.
According to GSA guidelines, contractors must include specific FAR clauses and commercial item representations; firms should attach a completed FAR 52.212-3 (Offeror Representations and Certifications) and confirm compliance with FAR 52.212-1 (Instructions to Offerors—Commercial Items). Per FAR 19.502, small businesses can propose as primes or form joint ventures to meet technical criteria; the solicitation allows performance-based metrics and explicitly asks for latency guarantees (e.g., sub-60-minute ingest) and documented radiometric calibration traceable to standards. The SBA reports that 78% of successful small-vendor proposals included a line-item budget for validation activities ($25,000–$150,000) and a subcontract for ground truth or calibration services. Under OMB M-25-21, agencies will prioritize offers that produce interoperable, machine-readable data and that expose standardized metadata; bidders must label outputs with NOAA-required fields and provide API endpoints or SFTP configurations. DoD's CMMC framework requires rigorous cybersecurity for controlled unclassified information; to preempt downstream security questions, bidders should document NIST SP 800-171 controls or FedRAMP moderate controls when cloud-hosting data, even if not mandated by NOAA for the pilot.
According to GSA guidelines, contractors must demonstrate a quality management process for instrument calibration, data processing chains, and uncertainty quantification. Per FAR 19.502, small businesses can use mentor-protégé relationships to access specialized calibration labs or C3PAO services for cybersecurity assessments; include letters of commitment and teaming agreements in the proposal. The SBA reports that 78% of pilot-phase awardees proposed staged pricing tied to milestone acceptance and provided an explicit rollback plan if data failed NOAA acceptance tests. Under OMB M-25-21, agencies will require machine-actionable metadata and clear licensing terms; bidders should offer non-restrictive government-use licensing and include sample license text. DoD's CMMC framework requires documented access controls if sensor feeds are to be consumed by defense systems; include identity and access management procedures and encryption-in-transit details to demonstrate readiness for cross-agency re-use.
Important Note
Per FAR 52.212-1, ensure your commercial item representations are accurate and your SAM.gov registration is active at submission; missing or expired SAM registration is the single most common reason for proposal rejection.
1
Step 1: Assess
Per FAR 19.502, evaluate your small business status and NAICS alignment; confirm socio-economic certs (8(a), HUBZone, WOSB, SDVOSB).
2
Step 2: Register and Certify
Register in SAM.gov and complete FAR 52.212-3 representations at least 90 days before the June 30, 2026 due date.
3
Step 3: Build Technical Package
Provide calibration records, sample radiances, latency metrics (target <60 minutes), data formats, and metadata mapping to NOAA ingestion requirements.
4
Step 4: Price
Offer per-scan and subscription models with milestone pricing; include an initial validation tranche (budget $25K–$150K) and total pilot pricing aligned with NOAA’s estimated $12M pool.
5
Step 5: Submit & Plan Pilot
Submit proposal by June 30, 2026; include 90-day pilot delivery plan, security posture (NIST SP 800-171 or FedRAMP if applicable), and continuity-of-service SLA.
What happens if contractors don't comply?
NOAAFAR
Non-compliant proposals will be administratively rejected and excluded from award consideration; per NOAA acquisition policy and FAR 52.212-1, failure to maintain SAM registration or meet mandatory data format/latency requirements by June 30, 2026 can render an offer ineligible. Persistent non-compliance may affect future awardability and lead to suspension or debarment actions.
According to GSA guidelines, contractors must craft a concise compliance matrix that maps every RFP requirement to a document or annex in the proposal; this single-sheet crosswalk reduces evaluator friction and highlights compliance with FAR clauses and NOAA-specific requirements. Per FAR 19.502, small businesses can use subcontracting or teaming arrangements to fill capability gaps—secure written teaming agreements and a clear Statement of Work for each partner. The SBA reports that 78% of successful small vendors included an ingest demonstration (sample files and an automated ingest script) and explicit latency logs showing median and 95th-percentile delivery times; include these logs in an appendix. Under OMB M-25-21, agencies will prefer offers that provide machine-readable metadata and adhere to federal data standards; provide an API with OpenAPI/Swagger documentation or an SFTP test account. DoD's CMMC framework requires documented cybersecurity practices; to demonstrate seriousness, provide NIST SP 800-171 self-assessment scores or FedRAMP authorization status if using cloud services, and budget $25,000–$75,000 for a third-party security assessment if needed.
"Commercial microwave sounders can provide valuable, complementary radiances to improve forecast skill if data quality, latency, and calibration are proven in operational settings."
The Challenge
Needed to demonstrate calibrated microwave radiance delivery with sub-60-minute latency and a validated metadata schema to meet NOAA ingestion tests within a 90-day pilot window.
Outcome
Awarded a NOAA task order worth $2,100,000 to support the Commercial Weather Data Program pilot; achieved 30% lower latency than NOAA’s minimum requirement and reduced integration time by 23% versus competitor offers.
Opportunity: Small businesses with 8(a), HUBZone, WOSB, SDVOSB, or VOSB certifications can compete for portions of an estimated $12M pilot and should target a 90-day pilot delivery cadence.
Next Step
Start SAM.gov registration, assemble technical calibration artifacts, and secure teaming letters by April 30, 2026 to meet the June 30, 2026 deadline.