Research & Development, Studies, Design and Engineering Services in Support of Remote Sensing Systems
ID: N00173-25-R-0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

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

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; APPLIED RESEARCH (AJ12)

Set Aside

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

    The Department of Defense, specifically the Naval Research Laboratory, is seeking proposals for a federal contract focused on research and development, studies, design, and engineering services to enhance remote sensing systems. The contract aims to acquire multi-disciplinary scientific and technical expertise to support the development and application of advanced remote sensing techniques, including microwave remote sensing and synthetic aperture radar, among others. This initiative is crucial for improving military capabilities through innovative remote sensing technologies, with a total small business set-aside to encourage participation from small enterprises. Interested vendors must submit their proposals by March 25, 2025, and can direct inquiries to Richard Waterstreet at richard.j.waterstreet2.civ@us.navy.mil or Graham Irby at graham.d.irby.civ@us.navy.mil.

    Files
    Title
    Posted
    The document details Solicitation No. N00173-24-R-RJ02 from the Remote Sensing Division of the Naval Research Laboratory (NRL), seeking multi-disciplinary scientific, technical, and engineering services to enhance remote sensing capabilities. The primary purpose is to acquire expertise to support the development and application of new and existing remote sensing techniques, including microwave remote sensing, synthetic aperture radar, spectral imaging, and aerosol/cloud analysis, among others. The contractor’s responsibilities encompass conducting feasibility studies, calibrating sensors, analyzing data, and developing algorithms, with tasks requiring specified equipment and materials, often at government facilities or remote sites. Security clearances up to TS/SCI are necessary for personnel due to the sensitive nature of some tasks, and the work performed may be subject to ITAR regulations. Deliverables include financial and technical reports, software, and presentation materials. The contractor must maintain close collaboration with NRL to ensure continuous progress and effective execution of the outlined tasks. The work will mainly occur across locations in Flagstaff, AZ, Washington, DC, and remote sites, allocated primarily to the latter. This solicitation represents an important government initiative to enhance military capabilities through advanced remote sensing technologies.
    The document addresses inquiries and responses regarding solicitation N00173-25-R-0004, focusing on personnel qualification criteria and proposal requirements. It emphasizes that all key personnel must be U.S. citizens with at least a SECRET clearance, while non-key personnel must also be U.S. citizens capable of obtaining such access. The file addresses concerns about foreign collaborators and reinforces compliance with specified security protocols. Clarifications are provided on inconsistencies in the volumes for proposal organization, stating the correct designation for contract and cost proposals. It notes that electronic submissions should be orderly but without specific file structures due to technical limitations. The requirement for a Draft Contractor's Management Plan, initially misallocated, has been moved to the Technical Volume. The document outlines rules for submitting past performance references, permitting inclusion from subcontractors but focusing primarily on the prime contractor. It also allows for recent contracts under one year to be considered for past performance submissions. Lastly, it affirms that the current contract effort aims to fully meet the required staffing levels, but reiterates the need for offerors to determine their own proposed efforts based on provided guidelines.
    This document outlines the personnel qualifications and requirements necessary for a government contract focused on scientific research and technology. It specifies both key and non-key personnel categories, detailing the educational and experiential criteria for various roles, including Research Scientists (Levels I-IV), Scientific Programmers, IT Professionals, and Engineers. Key personnel must be U.S. citizens with at least SECRET security clearance, while non-key personnel must be eligible for obtaining such clearance. Each role has distinct qualifications, emphasizing advanced degrees, programming skills, and relevant experience in fields such as remotely sensed data analysis, optical engineering, and instrumentation. Additionally, the document includes projected labor hours for each role, estimating a total of 129,125 hours across various positions. This information is crucial in the context of government RFPs, indicating specific expertise required to meet contract obligations effectively while ensuring compliance with federal standards and security protocols.
    The Naval Research Laboratory (NRL) is conducting a performance assessment for a contractor, utilizing a structured questionnaire to gather feedback on the contractor's past performance. This questionnaire includes sections for identification, ratings across various performance categories (technical, schedule, management, and cost), and a recommendation for future contract awards. Evaluators are asked to rate performance from "Exceptional" to "Unsatisfactory" and provide rationale for extreme ratings. Key performance aspects include technical capabilities, adherence to schedules, cost control measures, and management effectiveness, which also encompasses responsiveness and the ability to meet subcontracting goals. The assessment aims to consolidate the contractor's history to inform decision-making regarding future awards, ensuring that contractors are meeting governmental standards and requirements efficiently. The focus on performance criteria reflects the government's commitment to maintaining high-quality service delivery within federal contracts. Evaluators are urged to submit findings electronically before a specified deadline.
    The document outlines the cost-price summary for the "Support for Specialized Aerospace System" project, specified under RFP N00173-21-R-LM01. It details various financial elements crucial for proposal submission, including rates for direct and subcontractor labor build-up, fringe benefits, overhead costs, and general and administrative expenses. The sections include direct labor, with specified burdened rates, as well as a comprehensive overview of indirect costs and fee structures, which are to be filled in by applicable fiscal year data. The data for fiscal years FY-23 through FY-27 remains unfilled, indicating a requirement for future input related to cost projections. The document emphasizes the need for precise calculations and relevant adjustments to reflect changes in indirect rates over the stated fiscal years. Overall, it serves as a foundational tool for contractors to prepare detailed financial proposals for government funding opportunities related to specialized aerospace systems.
    The document outlines the Small Business Participation Commitment Document (SBPCD) template associated with RFP #N00173-25-R-0004. Its primary purpose is to detail the requirements for participation of small businesses in federal contracting efforts. Contractors must indicate their size and socioeconomic categories, such as Small Disadvantaged Business (SDB) or Woman-Owned Small Business (WOSB). The document also requires a breakdown of total contract value, the minimum quantitative requirement (MQR), and the specific dollar amounts and percentages allocated to various business categories, including Other than Small Business (OTS) and different classes of small businesses. It mandates the identification of all participants alongside their respective contributions, ensuring that prime contractors commit to substantial participation of small businesses. A signature section requires endorsement by both a company official and relevant contracting authorities. The template emphasizes transparency and accountability in federal contracting, reinforcing the federal government’s commitment to fostering small business engagement in government procurement processes. This form serves as a crucial tool in assessing compliance with federal requirements and supporting small business growth through government contracts.
    The document outlines a substantiation sample for direct labor rates associated with proposed personnel for a project, likely in response to government RFPs or grants. It provides a breakdown of various labor categories, employee names, employment statuses, rationales for proposed salaries, and supporting documentation. Key positions include a Program Manager and Project Manager, with current employees and contingency hires justifying their rates based on current salaries or agreements. New hires, such as a Database Administrator and Senior Installer, are proposed based on surveys or economic reports to ensure competitive compensation. Additional details regarding a Customer Service Representative highlight a salary adjustment linked to a promotion. Overall, this file serves to validate proposed labor costs by illustrating a structured approach to compensation through appropriate research and documentation, essential for compliance in governmental funding processes.
    The document is a DD Form 254, a security classification specification for a contract between the Department of Defense (DoD) and Computational Physics, Inc. (CAGE Code: 1EM86), primarily focused on an Advanced Processing and Algorithm Development (APAD) project. The contract number is N00173-20-C-2013, with a due date noted as September 14, 2023. The contractor is required to possess a Top Secret facility security clearance and will not need to safeguard classified materials at their facility. The project involves supporting the Naval Research Laboratory (NRL) in research and development projects utilizing sensed data. Access to various classified information types, including communications security, national intelligence information, and controlled unclassified information, is necessary. Additionally, there are specific security guidance and operational security (OPSEC) training requirements to ensure proper handling of sensitive data. The NRL has outlined necessary protocols for public release of contract information, emphasizing that no information may be disseminated without prior approval. Overall, the document details the security requirements and guidelines surrounding the execution of a contract aimed at enhancing advanced processing capabilities within national defense initiatives.
    The document outlines a security classification specification associated with a contract for the Advanced Processing and Algorithm Development (APAD) at the Naval Research Laboratory (NRL). It requires a Top Secret facility security clearance, with no safeguarding requirements specified for classified materials at the contractor's facility. The contract, numbered N00173-25-R-0004, is set to be finalized on February 24, 2025, and is not a follow-on to a previous contract. Key details include the requirement for contractor personnel to possess specific security clearances, including Sensitive Compartmented Information (SCI), and follow rigorous guidelines for handling classified information. It emphasizes the importance of operations security training and the necessity for accountability concerning any intelligence materials accessed. The summary also states that any public release of information related to the contract must be approved by U.S. Government authorities. Overall, the document establishes comprehensive security measures vital for safeguarding sensitive government projects, ensuring compliance with various DoD regulations and security protocols, critical for the contract’s success.
    The document outlines the requirements for contractors working on-site at the Naval Research Laboratory (NRL) as specified in RFP No. N0017325R0004. Key stipulations include compliance with Force Health Protection Guidance, particularly regarding vaccination (documented via DD Form 3150), and access regulations for contractor personnel. Contractors must also adhere to safety protocols, including OSHA compliance and rigorous environmental management practices, ensuring workplace safety and minimizing hazardous material risks. Contractors are required to submit credentials and participate in training relevant to NRL operations, handle hazardous waste responsibly, and maintain documentation of materials used and personnel qualifications. Specific procedures are highlighted for equipment handling, emergency protocols, and reporting accidents. The integrity of the contractor's operations is critical, with potential repercussions for non-compliance including revocation of access and negative performance assessments. Overall, the document emphasizes the importance of adherence to safety and regulatory standards, reflecting the government's commitment to a secure and environmentally conscious working environment within federal installations.
    The document outlines the Questions and Answers for solicitation N00173-25-R-0004, a follow-on contract to NRL contract N00173-20-C-2013 awarded to Computational Physics, Inc. The government requires vendors to submit proposals addressing the entire statement of work; however, prime contractors can subcontract parts of the work, particularly as this is a small business set-aside, aligning with relevant FAR regulations. The document clarifies that there is no list of interested parties from the RFI posting to assist in evaluating potential teaming options. This solicitation seeks comprehensive solutions while emphasizing the inclusion of small businesses in the contracting process, ensuring compliance with federal regulations and facilitating collaboration among vendors.
    The document appears to pertain to federal and state-local Requests for Proposals (RFPs) and grants. It emphasizes the importance of ensuring that documents are accessible for review, specifically indicating potential issues with PDF viewers and the need for software updates. This serves as a reminder for stakeholders in government procurement and grants to maintain compatibility with digital formats necessary for proposal submissions. Accessibility issues highlighted may affect the transparency and efficiency of the RFP process, underscoring the significance of technological readiness among all parties involved in government funding and sourcing efforts. In essence, the document serves as a guidance note for users regarding technical requirements, thereby facilitating smoother access to critical proposal information.
    This document serves as an amendment to a solicitation involving the Naval Research Laboratory, specifically extending the deadline for offer submissions. It details the methods for acknowledging receipt of the amendment, warning that failure to comply may result in offer rejection. Additionally, it outlines the necessary protocols for modifying any previously submitted offers. The amendment also includes a summary of changes, specifically the addition of an attachment for questions and answers related to the solicitation. The overall purpose of this amendment is to ensure that all participants in the procurement process are informed of changes and can respond accordingly, thus maintaining fairness and transparency in government contracting processes. The document emphasizes adherence to protocol and deadlines critical to the integrity of the solicitation process.
    The document outlines a solicitation amendment for the Naval Research Laboratory, specifically targeting proposals for research and development services. It details the procedures for acknowledging receipt of amendments, submission requirements, and evaluation criteria for proposals. Offerors must adhere strictly to formatting guidelines, submission formats, and deadlines. The solicitation emphasizes the necessity for a comprehensive technical proposal that demonstrates the offeror's understanding of the Statement of Work and includes detailed descriptions of personnel qualifications and management capabilities. Past performance information must reflect relevant contracts similar in scope and complexity, and a draft Contractor's Management Plan is required to outline management and performance monitoring strategies. Cost proposals must be thorough, including direct labor costs and subcontracting levels. Small business participation is encouraged, with defined metrics for success. Additionally, the document outlines the importance of ensuring no organizational conflicts of interest exist and provides guidance on security requirements for personnel. Overall, the solicitation aims to ensure a thorough, fair evaluation process while promoting transparency and compliance throughout the proposal process.
    The document is an amendment to a federal solicitation concerning a contract modification issued by the Naval Research Laboratory. It details procedural requirements for the acknowledgment of this amendment by contractors and outlines methods for submitting acknowledgments to ensure compliance. Key changes include an extension of the deadline for submitting offers from March 20, 2025, to March 25, 2025. The document emphasizes the importance of adhering to specified protocols when modifications are made, including communication methods like letters or electronic notices referencing the amendment and solicitation numbers. The amendment signifies the continuation of existing contract terms unless explicitly altered, maintaining consistency in procurement practices within federal guidelines. This process is essential for ensuring fair and transparent participation in government contracting, helping maintain proper vendor engagement and compliance with established regulations.
    The document outlines a government solicitation for a cost-plus-fixed-fee contract (CPFF) regarding research and development (R&D) services in remote sensing and modeling. The contractor is required to provide comprehensive labor to fulfill the Statement of Work, which includes sensor calibration, experiments, simulations, and scientific analyses. The award will be based on the evaluation of proposals corresponding to various criteria, including discounts for prompt payment and acknowledgment of amendments. The solicitation details submission requirements, pricing arrangements, and performance periods spanning from September 2025 to August 2030, with specifics on hours and costs for both base and option years. Important provisions regarding government property, key personnel commitments, nondisclosure of sensitive data, and conflict of interest stipulations are emphasized to ensure compliance with federal guidelines. The document's structure consists of sections including evaluation factors, instructions to offerors, a detailed breakdown of anticipated costs, and mandatory inspection and acceptance protocols. The aim is to ensure the government receives appropriate technical support while regulating contractor conduct and maintaining accountability through detailed reporting and communication protocols. This solicitation serves to engage qualified small businesses in delivering essential scientific services to meet government objectives.
    Similar Opportunities
    Seabed to Space Intelligence Surveillence Reconnaissance (S2ISR)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NIWC Pacific, is seeking information from potential vendors regarding the Seabed to Space Intelligence Surveillance Reconnaissance (S2ISR) initiative. This Sources Sought notice aims to identify capabilities and solutions related to research and development in the field of intelligence surveillance and reconnaissance, which are critical for enhancing national security and operational effectiveness. Interested parties are encouraged to reach out to Contract Specialist Bryan Mansfield at bryan.mansfield@navy.mil or by phone at 619-553-1356 for further details and to express their interest in participating in this opportunity.
    LiDAR Sensor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of LiDAR sensors through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, focusing on the manufacturing of search, detection, navigation, guidance, and aeronautical systems. The LiDAR sensors are critical for various military applications, enhancing capabilities in detection and navigation. Interested vendors can reach out to Pratheek Manjunath at pratheek.manjunath.civ@army.mil or by phone at 845-938-2825, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
    Focused Radio Frequency Optimized Signal Transference (FROST)
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is soliciting proposals for the Focused Radio Frequency Optimized Signal Transference (FROST) project, aimed at advancing research and development in radio frequency (RF) technologies for military applications. The procurement seeks qualified contractors to provide essential services related to RF engineering, hardware and software development, and system integration over a performance period of 36 months, with a total estimated cost exceeding $30 million. This initiative is critical for enhancing communication capabilities within the Department of Defense, particularly in mitigating the impacts of space anomalies on communication signals. Interested parties should direct inquiries to Richard Waterstreet at richard.j.waterstreet2.civ@us.navy.mil or Erica N Turner at erica.n.turner9.civ@us.navy.mil, with proposals due in accordance with the solicitation guidelines.
    CRD Reflectometer
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
    Request for Information: Uncrewed Systems (UXS) Survey
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command, is seeking industry and government responses for a Request for Information (RFI) regarding Uncrewed Systems (UXS) as part of a survey initiative. The objective of this survey is to gather insights on UXS capabilities, which will be utilized for potential inclusion in future test events, demonstrations, and ongoing market assessments. This initiative is critical for advancing national defense research and development services, particularly in the realm of military applications. Interested parties are encouraged to submit their responses by March 31, 2025, and can direct inquiries to Mark Dravet at mark.v.dravet.civ@us.navy.mil or Sydney Wittmann at sydney.l.wittmann.civ@us.navy.mil for further information.
    Skydio UAV
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of Skydio X10D and Skydio X2D Unmanned Aerial Vehicles (UAVs) on a brand name basis, specifically targeting small businesses. The procurement aims to acquire UAVs that meet unique operational requirements of the Department of Defense, leveraging proprietary features such as specialized thermal sensors that integrate seamlessly with existing systems, thereby minimizing additional training and integration costs. Interested vendors must submit their quotes by 12:00 PM on March 13, 2025, with delivery of the UAVs required by March 31, 2025; for further inquiries, potential bidders can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil.
    Broad Agency Announcement: Weather Radar Technology Exploration for the National Weather Service
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals through a Broad Agency Announcement (BAA) for the development of advanced weather radar technologies to replace the aging Next Generation Weather Radar (NEXRAD) system. The objective is to enhance radar capabilities, ensuring continuity of data, improving coverage, and fostering advanced performance to better support severe weather forecasting and public safety. This initiative is critical for modernizing the nation’s weather radar infrastructure, which is vital for effective weather monitoring and emergency management. Interested parties can submit proposals with a funding range of $1 to $6 million available for approximately 5-15 contracts, with key deadlines including March 28, 2025, for Tier 1 proposals and April 30, 2025, for Tiers 2 and 3 submissions. For further inquiries, contact Holly A. Ferguson at holly.ferguson@noaa.gov or Kevin J. Buum at kevin.j.buum@noaa.gov.
    RFP for AARDT and E Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is soliciting proposals for the AARDT and E Support Services under a total small business set-aside. This procurement aims to secure research and development services in the physical, engineering, and life sciences sectors, excluding nanotechnology and biotechnology, which are critical for advancing national defense capabilities. The selected contractor will be responsible for providing experimental development services that support military objectives. Interested parties should reach out to Chanmee Chung at chanmee.chung.civ@us.navy.mil or call 240-496-8055 for further details regarding the solicitation process.
    2024-2025 LIVING MARINE RESOURCES (LMR) PROGRAM GENERAL ENVIRONMENTAL NEEDS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, has issued a Combined Synopsis/Solicitation notice for the 2024-2025 Living Marine Resources (LMR) Program General Environmental Needs. This procurement is focused on research and development in the physical, engineering, and life sciences related to natural resources and environmental research. The LMR program is seeking pre-proposals for research efforts in five investment areas: data to support risk threshold criteria, data processing and analysis tools, monitoring technology demonstrations, standards and metrics, and emergent opportunities. The pre-proposal submission process is email-based, and the deadline for submissions is 13 June 2025. The evaluation criteria for pre-proposals include technical approach, offeror's experience, principal investigator's and key member's related experience, cost/price, project benefits, and product implementation. Interested parties should contact the technical point of contact and contracting officer listed in the document for more information.
    DRAFT RFP GPS Engineering, Analysis, and Remote Site Sustainment III (GEARSS III)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to release a draft Request for Proposal (RFP) for the GPS Engineering, Analysis, and Remote Site Sustainment III (GEARSS III) project. This procurement aims to secure professional support services in research and development within the physical, engineering, and life sciences sectors, focusing on enhancing GPS capabilities and sustaining remote sites. The initiative is crucial for maintaining operational readiness and effectiveness in defense operations, emphasizing the importance of advanced engineering and analytical support. Interested small businesses are encouraged to reach out to Matthew Buchanan at matthew.buchanan@spaceforce.mil or 719-554-8447, or Christopher Cook at christopher.cook.62@spaceforce.mil or 405-471-1465 for further information as the project moves forward under a Total Small Business Set-Aside designation.