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
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 27, 2025, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 5:00 PM UTC
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
Jan 27, 2025, 6:05 PM UTC
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.
Jan 27, 2025, 6:05 PM UTC
Jan 27, 2025, 6:05 PM UTC
Jan 27, 2025, 6:05 PM UTC
Jan 27, 2025, 6:05 PM UTC
Jan 27, 2025, 6:05 PM UTC
Jan 27, 2025, 6:05 PM UTC
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.
Jan 27, 2025, 6:05 PM UTC
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.
Jan 27, 2025, 6:05 PM UTC
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
FY24/25 Naval Aviation North Stars Enterprise-Wide Broad Agency Announcement (BAA)
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), has issued a Broad Agency Announcement (BAA) titled "FY24/25 Naval Aviation North Stars Enterprise-Wide BAA" (N00019-24-S-0001) to solicit innovative research and development proposals aimed at enhancing naval aviation capabilities. The BAA seeks white papers that focus on areas such as rapid prototyping, advanced technology development, and solutions to operational capability gaps, particularly in surface warfare, unmanned aircraft systems, and cyber resilience. This initiative is crucial for advancing integrated warfighting capabilities and fostering collaboration among traditional and non-traditional defense contractors, as well as academic institutions. Interested parties must register in the System for Award Management (SAM) and submit their white papers by September 3, 2025, with funding contingent upon availability and no ceiling limits for awards. For further details, contact Emily H. Burghardt or Raymond C. Cannon at navalaviationnorthstarsbaa@us.navy.mil, and visit the NAVAIR website for updates.
Rapid Response Munitions Testing & Engineering Services Follow On
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking responses from qualified entities for Rapid Response Munitions Testing and Engineering Services. The procurement aims to provide engineering services and rapid response testing support for various programs that enhance the safety and effectiveness of munitions, ensuring compliance with military standards and operational readiness. This opportunity is critical for supporting the warfighter by characterizing, testing, and documenting the performance of weapons and munitions, with a focus on safety, environmental analysis, and logistics. Interested companies must submit their responses, including a completed RFI Survey, to Kimberly S. Hall at kimberly.s.hall31.civ@us.navy.mil by May 13, 2025. The NAICS code for this opportunity is 541330, with a size standard of $25.5 million.
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 for the United States Naval Observatory under solicitation number N0018925Q0204. The procurement aims to establish a single-award Indefinite-Delivery, Indefinite-Quantity contract with Firm, Fixed-Price provisions, covering essential research services over a five-year period from June 1, 2025, to May 30, 2030, with additional options extending to December 31, 2030. This contract is critical for supporting the observatory's scientific endeavors, with a total estimated ceiling of approximately $6.2 million. Interested small businesses must submit their proposals electronically by April 22, 2025, to the designated contacts, Caitlin King and Cody Witz, ensuring compliance with applicable federal regulations.
Compact HLG Technology
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking sources for the development of Compact HLG Technology, including prototyping capabilities. This sources sought notice aims to assess the industrial capability of potential contractors to fulfill this requirement, which is critical for advancing national defense research and development initiatives. Interested firms are encouraged to submit a capability statement detailing their experience and qualifications by responding to solicitation number N6893625R0029 within 10 days of this notice. For further inquiries, potential respondents may contact Julie Dack at julie.j.dack.civ@us.navy.mil or Joel Ashworth at joel.b.ashworth.civ@us.navy.mil.
Test Set, Pylon Ejec; DUN(WSDC)/ Consol PSE, PR: 7007891122; NSN: 4920-009120092
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a firm fixed price contract to supply 16 units of a Test Set, Pylon Ejec., with NSN 4920-009120092. This procurement is specifically for the Consol PSE end item, and the only approved source for this item is Nobles Worldwide, Inc. The delivery schedule is set for 142 days after receipt of order, with inspection and acceptance occurring at the destination. Interested parties must submit their proposals by May 15, 2025, and can contact Melinda Johnson at Melinda.Johnson@dla.mil or by phone at (804) 279-1627 for further information. The solicitation is expected to be issued around April 15, 2025, and will be available on the DLA Internet Bid Board Systems (DIBBS) website.
U.S. ARMY SPACE AND MISSILE DEFENSE COMMAND (USASMDC) SPACE AND MISSILE DEFENSE TECHNICAL CENTER (SMDTC) BROAD AGENCY ANNOUNCEMENT FOR SCIENCE, TECHNOLOGY, AND TEST AND EVALUATION RESEARCH
Buyer not available
The U.S. Army Space and Missile Defense Command (USASMDC) is soliciting research proposals through a Broad Agency Announcement (BAA) for Science, Technology, and Test and Evaluation Research, aimed at enhancing warfighter capabilities. The BAA invites white papers and proposals from a diverse range of eligible applicants, including educational institutions, nonprofits, and businesses, focusing on innovative research in key areas such as tactical responsive space technologies, hypersonic defeat mechanisms, and advanced test and evaluation methods. This initiative is critical for advancing military capabilities and addressing emerging challenges in defense technology. Interested parties should submit their white papers for initial review and may contact Kayla James at kayla.m.james15.civ@army.mil or Adam Neely at adam.r.neely.civ@army.mil for further information, with the BAA open for submissions until August 26, 2029.
17--AIR-FLASK
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of air flasks, classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The materials required are critical for shipboard systems that enable the launch and recovery of aircraft, necessitating strict adherence to quality assurance and inspection protocols to prevent failures that could lead to serious safety risks. Interested contractors must ensure compliance with specified manufacturing and testing standards, and the solicitation deadline has been extended to April 15, 2025. For further inquiries, potential bidders can contact Helen I. Carmelo at 215-697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
HYDROSPHERE, BIOSPHERE, & GEOPHYSICS (HBG) SUPPORT SERVICES II - DRAFT REQUEST FOR PROPOSAL (DRFP)
Buyer not available
The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking proposals for the Hydrosphere, Biosphere, and Geophysics (HBG) Support Services II, as outlined in a Draft Request for Proposal (DRFP). This procurement aims to enhance scientific research and technological development related to Earth sciences, focusing on critical societal issues such as water resources, ecosystem health, and climate change. The contract will be structured as a Cost-Plus-Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, with a five-year ordering period, and is set aside for small businesses. Interested parties are encouraged to submit comments on the draft solicitation by the specified deadlines, with the final RFP expected to be released in May 2025 and contract awards anticipated by October 2025. For further inquiries, potential offerors may contact Cassandra K. Moore or Michelle Padfield via their provided emails.
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 through a Broad Agency Announcement (BAA) for the TraCSS Space Situational Awareness (SSA) Research and Technology Development initiative. This opportunity invites white papers aimed at enhancing technologies related to Space Situational Awareness and Space Traffic Coordination, focusing on areas such as data fusion, conjunction assessment, and risk assessment. The initiative is crucial for improving safety and management in the increasingly crowded space environment, with an estimated funding pool of approximately $9.9 million available for awarded projects. Interested parties, particularly U.S. businesses, government entities, and academia, must submit their white papers by May 30, 2025, and can direct inquiries to Noelle Albert at NOELLE.ALBERT@NOAA.GOV.
Broad Agency Announcement
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is issuing a Broad Agency Announcement (BAA) focused on aerospace science research related to weapons and aerospace technologies that support naval science and technology requirements for joint strike warfare. The BAA aims to address air superiority, precision attack, and surface battle space requirements for joint littoral aircraft, including naval surface fire support and ship self-defense. This opportunity is critical for advancing military capabilities and ensuring effective defense strategies. Interested parties should note that no formal Request for Proposals (RFP) will be issued, and all proposals will be treated as sensitive competitive information. For further inquiries, contact Julie Dack at julie.j.dack.civ@us.navy.mil or Joel Ashworth at joel.b.ashworth.civ@us.navy.mil.