United States Naval Observatory- Scientific Research Support Services
ID: N0018925Q0204Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SUPPORT- PROFESSIONAL: OPERATIONS RESEARCH/QUANTITATIVE ANALYSIS (R405)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 3:00 PM UTC
Description

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. This procurement aims to establish a single-award Indefinite-Delivery, Indefinite-Quantity contract with Firm, Fixed-Price provisions, focusing on providing essential scientific services 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 are encouraged to submit their proposals by April 22, 2025, with all submissions directed to Caitlin King and Cody Witz via email. The solicitation emphasizes the importance of past performance and compliance with federal procurement regulations, ensuring that only qualified contractors are considered for this critical government initiative.

Point(s) of Contact
Files
Title
Posted
Apr 21, 2025, 2:04 PM UTC
The document outlines a federal government Request for Proposal (RFP) concerning labor categories, pricing, and contract details for a scientific research project. It specifies the various labor positions required, such as Astronomer, Atomic Clock and Particle Physicist, and Electrical, Mechanical Optics Engineer, along with their experience levels and associated hourly rates for five years. The total ordering ceiling is $6,222,632.15, with an annual escalation rate of 3.00% noted. The document includes a breakdown of labor classifications alongside the estimated hours worked, total full-time equivalents (FTEs) for each role, and projected costs over the contract duration. Costs for each year are evenly set at $25,000, culminating in a total of $137,500 for five years and a six-month option. It emphasizes maintaining the worksheet's integrity, citing that changes could disrupt the underlying formulas that calculate projected costs and labor requirements. Overall, this proposal serves to clarify staffing, financial projections, and compliance with federal contracting guidelines for scientific endeavors.
Apr 21, 2025, 2:04 PM UTC
Apr 21, 2025, 2:04 PM UTC
The document is a Past Performance Report Form associated with Solicitation N0018925Q0204, issued by the U.S. Naval Supply System's Fleet Logistics Center Norfolk. Its primary purpose is to gather evaluations of a contractor’s past performance, which will inform the government's decisions regarding contract awards under the solicitation. Respondents are asked to provide detailed assessments in several areas including recruiting capability, retention of workforce stability, and achievement of contract requirements while evaluating customer satisfaction, timeliness of deliverables, responsiveness to concerns, and cost control. The form also solicits additional observations on the contractor's strengths and weaknesses, previous similar efforts, and recommendations for other evaluators. Ultimately, this report aims to ensure that the government selects a contractor with a proven track record of successful execution and reliability, reinforcing the importance of past performance in future contract decisions.
Apr 21, 2025, 2:04 PM UTC
The PAST PERFORMANCE INFORMATION FORM is designed for Offerors to provide crucial information regarding their previous contracts in government solicitations. Key elements of this form include details such as the Offeror's name, contract number, customer information, total contract value, period of performance, average number of personnel involved, and a thorough description of the work performed. The form requires specificity in demonstrating the relevance of past work to the current solicitation, including metrics for performance such as user support for helpdesk roles and subcontractor details. The objective of this form is to ensure that Offerors present verifiable evidence of their capability and experience, which is essential for federal RFPs and grants. This structured approach facilitates informed decision-making by government agencies in selecting candidates based on their historical performance and suitability for new projects.
Apr 21, 2025, 2:04 PM UTC
The document primarily addresses issues related to the use of Adobe Reader for viewing specific government files, particularly RFPs (Requests for Proposals) and grants. It emphasizes the necessity of upgrading to the latest version of Adobe Reader to ensure proper display of contents, as users might encounter incompatibility issues with their current versions. The mention of various operating systems—Windows, Mac, and Linux—suggests the document aims to provide technical support for a broad audience. However, the file does not contain substantive information regarding specific RFPs, grants, or state and local initiatives. Instead, it serves as a guideline for troubleshooting document accessibility. This focus on viewer compatibility implies a commitment to ensuring stakeholders can access necessary government procurement and funding opportunities, highlighting the importance of technology in facilitating government transparency and communication. Ultimately, the document acts as an administrative reminder about the importance of using compatible software to engage with official government documents effectively.
Apr 21, 2025, 2:04 PM UTC
The document outlines a solicitation notice for commercial services, specifically a Request for Quote (RFQ) under solicitation number N0018925Q0204. It seeks proposals for a single-award Indefinite-Delivery, Indefinite-Quantity contract with Firm, Fixed-Price terms for Scientific Research Support services for the U.S. Naval Observatory. The procurement encompasses two primary Contract Line Item Numbers (CLINs): scientific research support services and travel, covering a five-year period from June 1, 2025, to May 30, 2030, with additional follow-on options. The total estimated ceiling for these services is approximately $6.2 million. Proposals must be submitted electronically by April 22, 2025. Interested contractors are required to be familiar with the applicable regulations outlined in the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS). The document stresses the importance of adherence to these guidelines and provides contact details for proposal submissions, emphasizing that direct oral communications are not permissible in response to this solicitation. Overall, this solicitation serves to engage qualified vendors in providing essential scientific services for a pivotal government institution.
Apr 21, 2025, 2:04 PM UTC
The document is an amendment (N0018925USNOSCIIDIQ) to an existing solicitation, primarily serving to address questions raised by prospective contractors. The amendment communicates that the original terms remain unchanged, except for the updates provided. Questions and answers included clarify the submission requirements for proposals, indicating that both Factor I and Factor II content can be combined into a single document rather than requiring separate submissions. Additionally, it specifies that past performance reports should be emailed solely to a designated contact, Cody Witz. The amendment is issued by NAVSUP FLC Norfolk and aims to ensure clarity and compliance among bidders regarding the proposal submission process, which is a critical aspect of federal procurement procedures. All contractors must acknowledge receipt of this amendment as part of their offer submission to avoid rejection. This document highlights the structured process of solicitation amendments in federal contracting, illustrating how the government ensures transparency and thoroughness in responses to procurement inquiries.
Apr 21, 2025, 2:04 PM UTC
The document is an amendment to a solicitation related to the N0018925USNOSCIIDIQ, specifically aimed at acquiring scientific services from undergraduate and graduate students, post-doctoral fellows, and professors for support at the United States Naval Observatory. The key purpose of the amendment is to incorporate "Attachment 01 LCAT Qualifications" into the Performance Work Statement, which outlines the responsibilities and qualifications of contractors providing technical support in areas such as physics, astronomy, and engineering. Contractor roles consist of Astronomer, Atomic Clock and Particle Physicist, and Electrical, Mechanical Optics Engineer, each requiring specific educational qualifications. The document also details the security requirements necessary for personnel, including the need for certain security clearances and procedures for accessing government facilities and information systems. Additionally, it establishes the procedures for reporting contractor labor hours, requirements for employee identification, management reports, and travel regulations related to contract performance. Overall, this solicitation amendment underscores the rigorous standards and requirements involved in contractor personnel engagement for government scientific initiatives, ensuring precision and compliance in operational tasks.
Apr 21, 2025, 2:04 PM UTC
The document outlines an amendment to a solicitation for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract, extending the submission deadline to April 25, 2025. All previous terms remain unchanged. It emphasizes that the award will be made to the vendor providing the best overall value based on technical proficiency, past performance, and price, without further exchanges. Vendors must submit their best quotes upfront as the government does not anticipate establishing a competitive range. Quotations must adhere to strict formatting, including three separate volumes addressing Facility Clearance, Technical Approach, Past Performance, and Price. Clear instructions are provided for each volume, detailing page limits, required documentation, and submission guidelines. The requirements stress the importance of previous relevant contract experience and clarifications regarding the role of subcontractors. The document highlights compliance with federal procurement regulations under FAR, ensuring an organized approach that supports government evaluators in decision-making. Thus, the document serves to formalize solicitation changes while guiding potential vendors on submission expectations and criteria.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
Fiber Beam Expanders (MOT Collimators)
Buyer not available
The Department of Defense, through the Department of the Navy, is seeking quotations for the procurement of 13 Fiber Beam Expanders (MOT Collimators) to support the United States Naval Observatory (USNO). This solicitation aims to enhance the observatory's precision timekeeping capabilities, which are critical for national defense and scientific advancement. Interested vendors must respond electronically by April 29, 2025, at 9:00 AM EST, and ensure compliance with federal contracting regulations, including registration in the System for Award Management (SAM). For inquiries, vendors can contact Ian Tupaz at ian.j.tupaz.civ@us.navy.mil or Cody Witz at cody.s.witz.civ@us.navy.mil, with questions due by April 25, 2025.
Enterprise Systems Security Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR NORFOLK, is seeking qualified sources for Enterprise Systems Security Support Services to ensure the integrity and availability of Precise Time and Astrometry (PTA) systems critical for Department of Defense operations, including GPS. The procurement aims to establish a robust security framework that includes infrastructure and personnel, such as transport engineers and cyber security operators, to maintain system functionality with an uptime exceeding 99.999%. This initiative is vital for the reliability of PTA data products, which are essential for navigation across various DoD systems. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 PM EST on April 24, 2025, to the primary contact, Gil Dobison, at gilbert.k.dobison.civ@us.navy.mil. The anticipated contract will be a Firm Fixed Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a base period from April 6, 2026, to April 5, 2027, and four option periods.
NAVIFOR N4 Directorate Program’s Support Services
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractor support services for the management, support, and operation of the Naval Information Forces (NAVIFOR) N4 Directorate Programs. The primary objectives include ensuring seamless integration of programs such as Collaboration at Sea (CAS) and CENTRIXS-M, while adhering to security standards and performance metrics. These services are critical for maintaining effective naval communication systems and enhancing interoperability among coalition forces. Interested small businesses must submit proposals by May 16, 2025, and can contact Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil for further information.
Sole Source for Engineering Support for the Washington Interagency VLBI Correlator
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking engineering support services for the Washington Interagency Very Long Baseline Interferometry (VLBI) Correlator, with the contract intended for the Massachusetts Institute of Technology (MIT) on a sole-source basis. The procurement aims to enhance the U.S. Naval Observatory's capabilities by providing software support for correlators, assistance with electronic VLBI capabilities, data storage and validation, and upgrades to the Mark6 operating systems, all critical for processing geodetic VLBI data and ensuring national security. This initiative is vital for maintaining the integrity of celestial and terrestrial reference frames, with the contract set to run from May 1, 2025, to April 30, 2026. Interested parties may submit proposals, but the contract will not be competitively bid; for further inquiries, contact Jordan Walton at jordan.l.walton.civ@us.navy.mil.
NAVY ANALYTIC STUDIES PROGRAM
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the Navy Analytic Studies Program, managed by the NAVSUP Fleet Logistics Center in Norfolk. This opportunity seeks to engage qualified contractors to provide professional, scientific, and technical services as outlined in the attached solicitation. The services procured will play a critical role in supporting the Navy's operational and strategic objectives through comprehensive analytic studies. Interested parties can reach out to Erin Kilrain at erin.kilrain@navy.mil or Mark Damanskis at mark.d.damanskis.civ@us.navy.mil for further information regarding the solicitation process.
NIEF Production Support Services
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is seeking contractors for the NIEF Production Support Services contract, which encompasses a range of activities including basic research, system design, prototype development, and lifecycle support for Command, Control, Communications, Computer, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. This procurement aims to integrate advanced technologies with both Commercial-Off-The-Shelf (COTS) and Government Off-the-Shelf (GOTS) solutions to meet the joint C4ISR and Cybersecurity needs of various military branches, including the Navy, Marine Corps, Air Force, Army, and Coast Guard, as well as other government agencies. The solicitation, anticipated to be released in April 2025, will be a full and open competition for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a seven-year ordering period and an estimated total effort of 315,840 hours. Interested parties can contact Contract Specialist Marianito J Rosal at marianito.rosal@navy.mil or by phone at 619-553-1398 for further information.
FY25 Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology
Buyer not available
The Department of Defense, through the Office of Naval Research (ONR), is inviting proposals for the FY25 Long Range Broad Agency Announcement (BAA) aimed at advancing Navy and Marine Corps science and technology initiatives. This solicitation seeks innovative research proposals that can enhance operational capabilities across a wide range of scientific and engineering disciplines, encouraging participation from both small and large businesses, as well as academic and research institutions globally. The BAA represents a significant opportunity for meritorious research that supports national defense objectives, with no specific funding amount disclosed. Interested parties should direct inquiries to Matthew Murray at matthew.murray18.civ@us.navy.mil for further information.
Repair and Maintenance Support Services - K5900 Side Scan System
Buyer not available
The Department of Defense, through the Naval Oceanographic Office (NAVOCEANO), is seeking information from qualified contractors for repair and maintenance support services for its fleet of ten Klein Marine Systems K5900 side scan systems. The objective is to ensure operational readiness by providing evaluations, repairs, and replacement components for these systems, which are critical for oceanographic data collection. This opportunity is framed as a Request for Information (RFI) and Sources Sought Notice, with a potential contract anticipated to be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) type, commencing around July 31, 2025. Interested parties must submit their capabilities statements by April 29, 2025, to the primary contacts, Stephanie Lent and Joseph Caltagirone, via the provided email addresses.
R--Risk Assessment and Development
Buyer not available
Sources Sought: DEPT OF DEFENSE - DEPT OF THE NAVY is seeking qualified and experienced sources for an anticipated Firm Fixed Price contract under NAICS code 541330, Engineering Services. The contract is for signals analysis lab support services. The Fleet Logistics Center Norfolk (FLCN) in Norfolk, Virginia is looking for information on qualified sources to derive a contract vehicle for financial improvement audit readiness document retention. The contract period is from August 1, 2018, to July 31, 2019. Interested parties should submit their responses by April 19, 2018, to heather.coleman@navy.mil. This is not a request for a proposal, and respondents will not be notified of the results.