E-IPL Audit
ID: HM157525R0020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSENATIONAL GEOSPATIAL-INTELLIGENCE AGENCY (NGA)NATL GEOSPATIAL-INTELLIGENCE AGENCYARNOLD, MO, 630106238, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

AERONAUTICAL MAPS, CHARTS AND GEODETIC PRODUCTS (7641)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Geospatial-Intelligence Agency (NGA) is seeking proposals for an independent third-party audit of its Electronic-Instrument Procedures Library (E-IPL), which involves the assessment of approximately 12,000 flight procedure graphics. The objective of this procurement is to ensure the integrity and safety of aeronautical data by systematically reviewing Instrument Approach Procedures, Departure Procedures, and Standard Terminal Arrivals, with a focus on maintaining impartiality in the auditing process. This audit is critical for upholding the standards of aeronautical data processing and ensuring compliance with federal regulations. Proposals are due by August 12, 2025, at 5:00 PM CDT, and interested parties can contact Hannah M. Pulcher at hannah.m.pulcher@nga.mil or Thomas E. Jaeger at thomas.e.jaeger@nga.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Geospatial-Intelligence Agency (NGA) requires an independent third-party audit of its Electronic-Instrument Procedures Library (E-IPL). This audit will assess approximately 12,000 flight procedure graphics in PDF format, covering a comprehensive data sample of Instrument Approach Procedures (IAPs), Departure Procedures (DPs), and Standard Terminal Arrivals (STARs). The contractor will provide all necessary resources for a virtual audit, ensuring personnel have expert knowledge in aeronautical data processing. The audit will follow a systematic random sampling method, reviewing specific percentages of IAPs (8%), DPs (10%), and STARs (5%). Discrepancies will be categorized by safety effect and documented. The contractor must be a Certification Body (CB) accredited by ANSI, ASQ, ANAB, or an equivalent U.S.-based Accreditation Body, with auditors experienced in aeronautical data systems. Regular reports and meetings will ensure transparency and address issues. NGA will provide necessary Government Furnished Information (GFI), and all data generated will remain U.S. Government property. Security protocols mandate unclassified work, U.S. personnel, and strict handling of controlled unclassified information.
    The National Geospatial-Intelligence Agency (NGA) is seeking an independent, third-party audit of its Electronic-Instrument Procedures Library (E-IPL), which contains approximately 12,000 flight procedure graphics. This audit aims to ensure the accuracy and reliability of published Instrument Approach Procedures (IAPs), Departure Procedures (DPs), and Standard Terminal Arrivals (STARs) through a systematic random sampling method. The contractor will conduct comprehensive reviews and consolidate findings into reports, addressing discrepancies and ensuring compliance with established quality standards. The audit process requires collaboration between NGA, military service representatives, and the contractor, utilizing a virtual platform for coordination. Security protocols are emphasized throughout the project, restricting access to only U.S. personnel. The ownership of all deliverables remains with NGA, ensuring the data is used solely for government purposes. The contract includes strict timelines for preparation, execution, and reporting, highlighting NGA’s commitment to maintaining high standards in Aeronautical Safety of Navigation. This initiative reflects a broader objective to meet evolving operational needs in a dynamic geospatial intelligence environment.
    RFP HM157525R0020 outlines the basis of award and evaluation factors for a federal government procurement, focusing on a Best Value Trade-Off utilizing Technical and Price factors. The Technical factor is significantly more important than Price, with sub-factors covering competencies in reviewing aeronautical data/charts and auditing aeronautical organizations. Proposals will be evaluated for strengths and weaknesses against these factors. The government intends to award based on initial submissions but reserves the right to conduct interchanges. Price proposals must be complete and reasonable for consideration. The evaluation process emphasizes a thorough assessment of technical capabilities to ensure the best value for the government, with a clear framework for classifying strengths and weaknesses in proposals.
    The RFP HM157525R0020 outlines the technical evaluation criteria for government contracts, emphasizing a Best Value Trade-Off approach where the Technical factor is significantly more important than Price. Proposals will be evaluated on two main factors: Technical and Price. The Technical factor includes two equally weighted sub-factors: demonstrating competencies in reviewing aeronautical data/charts and providing a comprehensive portfolio for auditing government or civil aeronautical organizations. Each technical sub-factor will be assessed for strengths and weaknesses, categorized from "Significant Strength" to "Deficiency," based on their advantage or risk to contract performance. The Price factor will be evaluated for completeness and reasonableness, with the lowest Total Evaluated Price (TEP) considered the lowest price. This structured evaluation ensures that the awarded contract prioritizes technical expertise and capability while also considering cost-effectiveness.
    The document pertains to the E-IPL Audit Request for Proposals (RFP), addressing questions concerning the eligibility of companies or individuals involved in the production of E-IPL Terminal Procedures to conduct the audit. It clarifies that firms previously participating in the production cannot undertake the audit due to potential conflicts of interest, ensuring impartiality in the auditing process. However, past auditors may not be precluded from future production roles, highlighting a nuanced approach to conflict management in this process. This guidance is significant within the context of government procurement protocols, emphasizing transparency and accountability in managing conflicts of interest during audit and production phases. The response reflects a commitment to maintaining integrity in government contracting and oversight operations.
    The document outlines the technical evaluation criteria for proposals responding to the RFP HM157525R0020, focusing on aeronautical data and chart review. The Government will use a Best Value Trade-Off evaluation, emphasizing technical capabilities over price, as Technical factors are significantly more critical. Key evaluation factors include two technical sub-factors: 1) Demonstration of competencies in reviewing aeronautical data/charts, requiring a portfolio showcasing expert knowledge; and 2) Proven experience in auditing government or civil aeronautical organizations, necessitating a comprehensive portfolio. The price factor will assess the completeness and reasonableness of offers, with the lowest evaluated price (TEP) considered beneficial for the Government. Proposals will be assessed using a defined table of strengths and weaknesses to gauge the risk of contract performance. This structured evaluation ensures a thorough assessment of technical expertise while balancing financial considerations, highlighting the importance of capability in managing aeronautical data and compliance with government standards.
    The document outlines a Request for Proposal (RFP) from the National Geospatial-Intelligence Agency (NGA) for the acquisition of an Electronic-Instrument Procedures Library (EIPL) with a firm-fixed-price contract. It includes important details such as the solicitation number and due dates, emphasizes adherence to numerous federal acquisition regulations, and mandates contractor compliance with specific clauses addressing issues like cybersecurity, labor standards, and ethical conduct. Additionally, it details the mandatory Dormant Account Review-Quarterly Participation (DAR-Q) process, aimed at ensuring the efficient use of appropriations and validation of contractor obligations. Contractors must register and provide information to support the NGA DAR-Q initiative. The document also lists several incorporated clauses relevant to commercial products and services, highlighting essential requirements for government contracting, including restrictions concerning business operations in sensitive regions, definitions of covered equipment, and detailed invoicing instructions. Given the context of government RFPs and grants, this document specifies the contractual obligations and the operational framework necessary for entities intending to engage in partnerships with the NGA, aiming to foster transparent and compliant conduct in federal contracting processes. It reinforces the necessity for accountability and accuracy in executing federal contracts while providing a transparent outline of expectations for contractors.
    Amendment 0002 to solicitation HM157525R0020 updates Attachment 2, titled "Basis_of_Award_Evaluation_Factors_For_Award_20250814," replacing the previous version. It also revises Section 5 - Evaluation Factors for Award to reference the updated attachment. The period of performance is from August 29, 2025, to November 30, 2025. This amendment ensures that offerors have the most current evaluation criteria for submitting their proposals, emphasizing the importance of acknowledging the amendment prior to the specified deadline to avoid rejection of their offer.
    Lifecycle
    Title
    Type
    E-IPL Audit
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Endor on-site film digitization, information technology (IT) support, and equipment maintenance and services
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA) is seeking qualified contractors to provide on-site film digitization, information technology (IT) support, and equipment maintenance services for its historical imagery collection. The procurement involves the conversion of hardcopy film archives into high-resolution digital formats, requiring a team that includes a Team Lead and six Digitization Specialists, with specific expertise in film handling, scanning operations, and adherence to safety protocols, including TS/SCI clearances. This contract will span a one-year base period with four option years, from July 2026 to July 2031, and all work will be conducted at the Defense Intelligence Agency Headquarters in Washington, D.C. Interested parties should contact Harry L. Lanfersieck at harry.l.lanfersieck@nga.mil or Justin Koesterer at justin.s.koesterer@nga.mil for further details.
    76--GPSC5 Amendment Five Request for Qualifications
    Buyer not available
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    Opportunity Details
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, specifically the "INDICATOR, VERTICAL" items with National Stock Numbers (NSN) 6610-01-527-2395 and 6610-01-433-2219. This procurement is crucial for maintaining the operational readiness of military aircraft, ensuring that critical flight instruments are functioning correctly. The solicitation has been amended to extend the proposal due date to December 16, 2025, at 3:00 PM Central Standard Time, with the contract period running from September 20, 2026, to September 19, 2033. Interested parties can reach out to Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further information.
    INERTIAL NAVIGATION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for Inertial Navigation systems. The procurement focuses on items that require unique identification and valuation, adhering to strict quality requirements, including FAA certification for parts. These systems are critical for military applications, ensuring accurate navigation and guidance in various defense operations. Interested vendors must provide newly manufactured spares, as refurbished or remanufactured items will not be accepted. Proposals should be submitted electronically to Samuel Everett at SAMUEL.EVERETT@DLA.MIL, with further details available in the solicitation documentation.
    NGA - Boosting Innovative GEOINT - Science & Technology Broad Agency Announcement (BIG-ST BAA)
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA) is soliciting innovative proposals through the Boosting Innovative GEOINT - Science and Technology Broad Agency Announcement (BIG-ST BAA) to address complex challenges in Geospatial-Intelligence (GEOINT). Proposals should focus on one or more of the following technical domains: Foundational GEOINT, Advanced Phenomenologies, and Analytic Technologies, with submissions accepted only in response to specific Topic Calls published throughout the solicitation period. This initiative is critical for advancing GEOINT capabilities that support national security objectives, emphasizing the importance of innovative research and development. Interested parties can find more information and updates on the solicitation by visiting Sam.gov or Grants.gov, and should direct inquiries to BIGSTBAA@nga.mil. The solicitation is open from December 15, 2023, to December 14, 2026, with various award types available, including contracts and grants.
    Internal Audit Services
    Buyer not available
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is soliciting proposals for Internal Audit Services under Request for Proposal (RFP) 26-003. The objective is to ensure compliance with the Department of Energy Acquisition Regulation (DEAR) clause 970.5232-3, requiring the selected contractor to conduct annual risk assessments, develop audit plans, and execute audits in collaboration with Princeton University's Office of Audit and Compliance. This procurement is critical for maintaining operational integrity and compliance within federally funded research initiatives. Interested firms must submit their proposals by January 21, 2026, at 4:30 PM EST, and direct any inquiries to Cheryl Colan at ccolan@pppl.gov or (609) 243-3486. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a total value not exceeding $3 million over a potential five-year period.
    EFIS CONTROL PANEL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of an EFIS Control Panel, classified under NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement aims to acquire newly manufactured spares that meet specific quality and inspection standards, including compliance with AS/EN/JISQ 9100 or equivalent, and requires that all offers be from government-approved sources of supply. This solicitation is critical for maintaining operational readiness and support for military aircraft, with a focus on ensuring that all parts are new and unused, as refurbished or remanufactured items will not be accepted. Interested vendors should submit their proposals electronically to Nikol Toroveci at NIKOLIN.TOROVECI@DLA.MIL, adhering to the guidelines outlined in the solicitation, with the urgency of the procurement noted under EAF authority.
    Financial Statement Audit Services for the U.S. Government Publishing Office (GPO)
    Buyer not available
    The U.S. Government Publishing Office (GPO) is seeking qualified Independent Public Accounting (IPA) firms to provide financial statement audit services for its consolidated financial statements for Fiscal Year 2026. The selected firm will conduct the audit in accordance with Generally Accepted Government Auditing Standards (GAGAS) and U.S. Generally Accepted Accounting Principles (GAAP), which includes evaluating internal controls, assessing compliance, and reviewing IT controls. This audit is crucial for ensuring the integrity and transparency of GPO's financial reporting and will involve a base performance period from April 2026 to April 2027, with options for four additional years. Interested firms must submit their capability statements by December 15, 2025, and can contact Tawanda Mizelle at tmizelle@gpo.gov or Jasmin Webb at jwebb@gpo.gov for further information.
    Financial Management - Financial Improvement Audit Remediation (FIAR)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for multiple award Blanket Purchase Agreements (BPAs) under the Financial Management - Financial Improvement Audit Remediation (FIAR) program. The objective of this procurement is to achieve and sustain an unmodified (clean) audit opinion for the Department of the Air Force by FY2027-2028, which includes comprehensive audit remediation services and support for financial reporting, asset reporting, and data analytics. This initiative is critical for enhancing the financial management capabilities of the Air Force and ensuring compliance with federal financial standards. Interested offerors must demonstrate a TOP SECRET Facility Clearance and submit proposals by December 19, 2025, with further details available from primary contact Christian Mancha at christian.mancha@us.af.mil.
    66--INERTIAL NAVIGATION - AND OTHER REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of inertial navigation and other replacement parts. The contract requires suppliers to provide FAA-certified parts accompanied by an FAA Authorized Release Certificate, ensuring compliance with stringent quality standards. These parts are critical for maintaining operational readiness and safety in defense systems, emphasizing the importance of sourcing from approved suppliers only. Interested vendors should direct inquiries to Samuel Everett at 215-737-2488 or via email at SAMUEL.EVERETT@DLA.MIL, with proposals due in accordance with the solicitation timeline.