HAB TESTING
ID: N0017825Q6672Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for High Altitude Balloon (HAB) testing services. The procurement involves conducting four test events within the Continental United States (CONUS) and one test event outside the Continental United States (OCONUS), utilizing US Government-owned lighter-than-air flight platforms to launch payloads into the stratosphere. This initiative is crucial for advancing aerospace research capabilities while ensuring compliance with safety and regulatory standards, including FAA protocols. Proposals are due by January 16, 2025, at 12:00 p.m. EST, and interested parties should contact Diana Moses at diana.moses@navy.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The High Altitude Balloon (HAB) Testing Statement of Work (SOW) outlines the requirements for the Naval Surface Warfare Center, Dahlgren Division (NSWCDD) to support its HAB Program. The primary intent is to conduct four test events within the Continental United States (CONUS) and one outside (OCONUS), utilizing US Government-owned lighter-than-air flight platforms to launch payloads into the stratosphere. The contractor must supply experienced pilots familiar with HAB systems and ensure the safety and regulatory compliance, following FAA protocols. Additionally, they will provide essential lift gas, tools, and test equipment, as well as participate in mission planning and payload recovery. Security measures mandate that contractors maintain a SECRET facility clearance, adhering to various DoD security requirements. The contractor's activities hinge on adherence to federal travel regulations, ensuring limited personnel travel necessary for mission accomplishment. This SOW illustrates the governmental focus on advancing aerospace research capabilities, emphasizing safety, compliance, and operational efficiency.
    This document outlines the Data Item Description (DID) for the Technical Report related to studies and services under government contracts, specifically DI-MISC-80508B. Its primary purpose is to provide guidelines for the required format and content of technical reports that detail the results of specific tasks performed. The document describes formatting specifications such as using standard letter-sized paper, typewritten text, and appropriate presentation of attachments. Key sections of the report include a Title Page, Table of Contents, and two main sections: Section I, which contains an Introduction, Summary of results, and Conclusions with technical substantiation; and Section II, which provides a comprehensive description of the analytic results leading to those conclusions. The DID aims to ensure that technical reports meet established standards for clarity, organization, and documentation necessary for effective analysis and communication of findings under federal and state/local grants and RFPs. By standardizing these reports, the government facilitates consistent documentation processes across various projects and contractors.
    The document outlines the Technical Data Package (TDP) specified by DI-SESS-80776B, which serves as an authoritative description facilitating the acquisition, production, and inspection of items for military applications. It details the required formats and contents necessary for a comprehensive TDP, which includes engineering design data, performance specifications, testing requirements, and quality assurance provisions, as guided by MIL-STD-31000B standards. The TDP must be clear and complete, encompassing various data types such as product characteristics, inspection criteria, and software documentation. The importance of adhering to referenced documents and contractual obligations is emphasized. Ultimately, the TDP aims to ensure effective item performance and interface, thereby supporting logistical and engineering processes within government procurement frameworks.
    The document outlines a Request for Proposal (RFP) for High-Altitude Balloon (HAB) testing support issued by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). The RFP specifies the need for comprehensive engineering support for up to four test events within the continental United States (CONUS) and one outside (OCONUS). The contractor must provide an experienced pilot knowledgeable in two specific HAB systems, along with necessary equipment and lift gas required for testing. The main tasks include pre-mission planning, flight coordination with the FAA, and on-site support for the experiments aiming to launch payloads into near-space environments. The document emphasizes adherence to FAA regulations and includes security requirements that contractors must meet, such as possessing a SECRET facility clearance. It also mentions training requirements, travel details for personnel, and outlines clauses related to payment processing and contract management. The RFP serves to ensure compliance with federal regulations and project-specific objectives, ultimately facilitating the advancement of the U.S. government's high-altitude research initiatives while maintaining national security standards.
    Lifecycle
    Title
    Type
    HAB TESTING
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Wave Gliders
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    Technology Operational Experimentation Events (TOEE) 26 Experimentation Campaign focused on Emerging Technologies
    Dept Of Defense
    The Department of the Navy, through the Office of Naval Research-Global (ONRG), is seeking innovative technologies for the Technology Operational Experimentation Event (TOEE) 26, which will focus on three key operational areas: Counter Unmanned Systems (UxS) Swarm, Containerized Payloads for Unmanned Surface Vehicles, and Decision Superiority from the Maritime Operations Center (MOC). This Request for Information (RFI) aims to gather insights on technologies with a Technology Readiness Level (TRL) of 5 to 7 that can support the Navy's operational objectives and inform future Science and Technology investments through live experimentation. Interested parties are invited to participate in a virtual Industry Day on December 4, 2025, and must submit their proposals, including a quad chart and a white paper, by December 19, 2025, to Brandon Hayes at brandon.d.hayes11.civ@us.navy.mil and Jonathan Faranda at jonathan.d.faranda.civ@us.navy.mil. Selected technologies will undergo a structured evaluation process, culminating in an Advanced Capability Experiment scheduled for FY 26-27.
    Ocean Explorer (OEX) Large Underwater Vehicle Demonstrator
    Dept Of Defense
    The Department of Defense, through the Office of Naval Research (ONR), is seeking proposals for the Ocean Explorer (OEX) Large Underwater Vehicle Demonstrator, aimed at developing an ultra-large autonomous undersea vehicle capable of conducting extended ocean missions with a large modular payload. The initiative emphasizes rapid design, build, and testing phases, specifically focusing on establishing the technical feasibility of the vehicle and the necessary operational infrastructure to support a hypothetical OEX squadron. This program is critical for advancing naval capabilities in uncrewed underwater vehicle technology, with a total funding expectation of $30 million for up to two contracts. Interested parties must submit white papers by October 24, 2025, with full proposals due by December 1, 2025; for further inquiries, contact Leila Hemenway at leila.k.hemenway.civ@us.navy.mil or call 703-696-0694.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Aviation and Missile R&D BAA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Futures Command, is soliciting research proposals through a Broad Agency Announcement (BAA) focused on Aviation and Missile Research and Development (AMRD). The BAA aims to advance critical technologies in areas such as rotorcraft engine systems, intelligent teaming, and missile seekers, with a two-step submission process for concept papers and full proposals that emphasizes scientific merit and alignment with Army modernization goals. This initiative is crucial for enhancing the Army's operational capabilities and addressing technology gaps, with funding contingent on availability and project relevance. Interested parties can contact Laurie Pierce at laurie.a.pierce2.civ@army.mil or Devon Wolfe at devon.k.wolfe2.civ@army.mil for further details, with the submission deadline extended to July 3, 2027.
    OTH-WS Sources Sought for Production & Design Agent Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting a sources sought notice to identify potential sources capable of manufacturing the Over the Horizon – Weapons System (OTH-WS) and providing Design Agent support. This procurement aims to enhance the U.S. Navy's capabilities in long-range anti-ship warfare by supplying 516 Encanistered Missiles (EM) and associated systems, which are designed to operate effectively in hostile environments without requiring further guidance after launch. Interested parties are encouraged to submit their responses to the market survey questionnaire by December 31, 2025, to the designated contacts, including Brittany Burton at brittany.m.burton4.civ@us.navy.mil and Jamal Newman at jamal.e.newman.civ@us.navy.mil, as the government will not accept unsolicited proposals or reimburse any costs associated with the responses.
    NOM: CONSOLE, TEST CONTROL; WSDC: [69F/ END ITEM: MUNITIONS LIFT TRAILER; PR: 7010462761 NSN: 4920-016807968: IAW: P/N 180348-100 RFP: SPE4A526R0086
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Console, Test Control, specifically identified by NSN 4920-016807968 and part number 180348-100, with a quantity of one unit required. This procurement is unrestricted and is intended for the Munitions Lift Trailer, with the original equipment manufacturer being Hydraulics International, Inc. The delivery schedule is set for 185 days after receipt of order, with inspection and acceptance occurring at the destination. Interested parties must submit their proposals within 45 days of the notice publication, with the anticipated solicitation issue date on or about December 3, 2025, and a closing date of January 2, 2026. For further inquiries, potential offerors can contact Diana Bell at 445-737-4550 or via email at diana.bell@dla.mil.
    Broad Agency Announcement (BAA) Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Airborne Systems Integration (ASI) Division
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals under the Broad Agency Announcement (BAA) N68335-25-R-0403 for research and development support in advanced technologies related to air platforms, unmanned aerial systems (UAS), and naval air system security. The BAA aims to enhance capabilities in areas such as advanced computing, sensor technologies, and operational effectiveness for various Navy missions, including surveillance and warfare operations. This initiative emphasizes innovative approaches that promote rapid development and integration of technologies while reducing costs and increasing system availability. Interested parties should submit proposal abstracts by the closing date of April 9, 2026, and can contact Truman Harris at truman.b.harris3.civ@us.navy.mil for further information.
    Pioneering Aerospace Capabilities, Engineering and Research
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting proposals under the Broad Agency Announcement (BAA) FA2391-23-S-2403 for the "Pioneering Aerospace Capabilities, Engineering and Research" initiative. This opportunity aims to advance aerospace technologies through research and development efforts focused on innovative concepts and technologies that enhance military capabilities, particularly in propulsion and power systems. The initiative is critical for maintaining a technological edge in defense operations, with a projected funding ceiling of $200 million for various projects. Interested parties must submit their proposals electronically via DoD SAFE, with key deadlines for submissions varying by specific calls, including January 27, 2025, for the Aggressive Embedded Propulsion & Operability (AEPO) initiative. For further inquiries, potential offerors can contact John McClellan at john.mcclellan.2@us.af.mil or Jac Cook at joseph.cook.39@us.af.mil.
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.