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
    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 in Washington, D.C. This procurement aims to establish a single-award Indefinite-Delivery, Indefinite-Quantity contract with Firm, Fixed-Price provisions, focusing on providing technical support 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 must submit their proposals electronically by April 29, 2025, and are encouraged to familiarize themselves with the applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. For further inquiries, potential contractors can contact Cody Witz at cody.s.witz.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    This document pertains to the amendment of a solicitation (N0018925USNOSCIIDIQ) issued by the U.S. government, specifically modifying contract ID N0018925Q0204. The main purpose of this amendment is to extend the deadline for submitting offers from April 25, 2025, at 11:00 AM to April 29, 2025, at 10:00 AM EST. All other terms and conditions of the solicitation remain unchanged and continue to be in effect. It highlights the requirement for contractors to acknowledge receipt of this amendment to ensure their offers are considered valid and accepted. The amendment must be signed and returned to the issuing office, emphasizing the necessity for proposals to reference both the original solicitation and the amendment. Overall, this document addresses procedural modifications relevant to government contracting, vital for maintaining compliant contractual communications and timelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    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.
    SERVMART walk-in store
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for an Indefinite Quantity/Indefinite Delivery contract to operate the Norfolk Super SERVMART, a retail store and logistics service for U.S. Naval activities in the Virginia Hampton Roads area. The contractor will be responsible for providing a wide range of supplies, including office, janitorial, and tactical equipment, while ensuring high availability rates and compliance with federal regulations such as the Buy American Act and Trade Agreements Act. This procurement is critical for maintaining operational efficiency and cost-effectiveness for naval units, with a proposal submission deadline set for January 7, 2026, at 1:00 PM EDT. Interested vendors can direct inquiries to Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    Buoy Services Wave Data Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory Engineering Services
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for engineering services under the Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory. The procurement aims to provide comprehensive research, development, simulation, evaluation, and engineering services for manned and unmanned Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) platforms, which are critical for national defense operations. This contract, classified under NAICS code 541330, has a size standard of $47 million and is set aside for 8(a) competed firms, emphasizing the importance of innovation and sustainment in C5ISR capabilities. Interested parties must submit questions by November 19, 2025, and proposals by December 15, 2025, with inquiries directed to Melissa Tell at melissa.k.tell.civ@us.navy.mil or Emily Green at emily.f.green.civ@us.navy.mil.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.