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, through 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 primary objective is to acquire multi-disciplinary scientific, technical, and engineering expertise to support the development and application of advanced remote sensing techniques, including microwave remote sensing and synthetic aperture radar. This initiative is crucial for improving military capabilities through innovative remote sensing technologies, with work expected to take place primarily in Washington, D.C., and Flagstaff, AZ, as well as remote sites. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact 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.
    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 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 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.
    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
    LIDAR (Light Detection and Ranging) Equipment
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking potential sources for LIDAR (Light Detection and Ranging) equipment designed for detecting and ranging Lambertian grey bodies with specific reflectivity requirements. The procurement aims to develop a compact, hand-held device capable of operating at ranges up to 2 kilometers with a range resolution of 1 centimeter or less, emphasizing the need for detailed technical specifications such as system architecture, size, weight, power, and environmental limits. Interested vendors are encouraged to submit their capabilities statements and relevant information by contacting Deirdre Hughes at deirdre.l.hughes.civ@us.navy.mil, with responses due as per the timeline indicated in the SAM system. This notice serves as a Sources Sought Notice (SSN) for planning purposes only and does not constitute a solicitation or commitment by the Government.
    BROAD AGENCY ANNOUNCEMENT SUBMARINE AND SURFACE COMBAT SYSTEM SENSOR AND SIGNAL PROCESSING TECHNOLOGIES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, has issued a Broad Agency Announcement (BAA) for submarine and surface combat system sensor and signal processing technologies. This solicitation aims to gather innovative proposals that enhance capabilities in search, detection, navigation, guidance, and related systems, which are critical for modern naval operations. The technologies sought are vital for improving fire control sonar equipment, ensuring the effectiveness and safety of naval missions. Interested parties must respond to the solicitation by February 14, 2025, and can direct inquiries to Destiney Cooper at destiney.r.cooper.civ@us.navy.mil or Benjamin Smallenbroek at benjamin.m.smallenbroek.civ@us.navy.mil for further information.
    AFRL LEO Computational Imaging RFI
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is seeking industry feedback via a Request for Information (RFI) regarding the development of low earth orbit (LEO) computational imaging architecture. This initiative aims to enhance future electro-optical moving target engagement capabilities and inform the acquisition strategy and technical approach for such systems, focusing on the general system acquisition and the space segment, which includes payload and spacecraft considerations. The AFRL is exploring various contract types and welcomes input from industry respondents on optimal arrangements, emphasizing that this RFI is purely informational and does not guarantee future Requests for Proposals (RFPs) or contracts. Interested parties must submit their responses by March 7th, 2025, and can obtain the full Controlled Unclassified Information (CUI) RFI by contacting the designated points of contact, Reed Weber and Quinn Dobson, via email.
    AN/SRQ-4 Radio Terminal Set; Engineering Services
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking to award a contract modification for engineering services related to the AN/SRQ-4 Radio Terminal Set. This procurement aims to increase the contract ceiling value for additional engineering support, building on the existing contract awarded to L3 Technologies, Communications Systems - West, which involves the development, testing, manufacturing, and support of the Common Data Link Hawklink for surface combatants. The opportunity is critical for enhancing communication capabilities within the Program Executive Office Integrated Warfare Systems (PEO IWS) 5.0. Interested parties are encouraged to express their interest and capabilities within 15 days of this notice, with all submissions being at the submitter's expense. For further inquiries, potential offerors can contact Destiney Cooper at destiney.r.cooper.civ@us.navy.mil or Benjamin Smallenbroek at benjamin.m.smallenbroek.civ@us.navy.mil.
    Total Small Business Set Aside for Brand Name Altum - 1 each Altum PT Multispectral Sensor Kit
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking qualified vendors to provide a Total Small Business Set Aside for one Altum PT Multispectral Sensor Kit. This procurement is essential for the National Integration Strategy Environment (NISE) project, as the Altum PT Multispectral Sensor Kit is uniquely suited to meet the project's stringent requirements, particularly in harsh operational environments. The contract will be awarded based on best value considerations, including pricing, delivery, quality, and past performance, with a firm fixed price anticipated below $250,000. Interested vendors must submit their quotes to Terra Roberts via email by the specified deadline, ensuring compliance with all outlined requirements, including invoicing through Wide Area Workflow and providing a CAGE code.
    FY25-29 AN/SPS-48 Radar Engineering Services and Materials Procurement
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of engineering services and materials related to the AN/SPS-48 Radar program, which is critical for U.S. Navy operations. The government aims to assess market capabilities and gather recommendations on contract types and acquisition strategies for the long-range, three-dimensional air search radar system, which is expected to remain operational for decades. Responses are invited from both large and small businesses with expertise in radar design, testing, and maintenance, with a submission deadline of August 8, 2024. Interested vendors should direct inquiries to Stuart Grosvenor or Thomas Williams via the provided contact information for further details on participation.
    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.
    Future X-Band Radar RFI
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a Request for Information (RFI) for the Future X-Band Radar (FXR) project, aimed at gathering industry insights and capabilities for the development and production of advanced radar systems. The RFI seeks responses from companies with experience in developing, integrating, and manufacturing complex radar systems and associated technologies, emphasizing the importance of collaboration with industry partners and maintaining fielded military hardware. Interested parties must submit their responses by the specified deadlines, with unclassified submissions due by February 13, 2023, and technical responses by February 20, 2023. For further inquiries, companies can contact Spencer Bryant or Holly Danner via the provided email addresses.
    NIKON CONFOCAL MICROSCOPE
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking information from qualified vendors regarding the procurement of a NIKON Confocal Microscope system. The objective of this Request for Information (RFI) is to assess industry interest and identify potential sources capable of meeting the advanced specifications outlined for this imaging technology, which includes features such as five lasers, six detectors, hybrid scanning capabilities, and high-resolution imaging. This procurement is critical for enhancing scientific research capabilities within the federal sector, emphasizing the need for precision and adaptability in laboratory settings. Interested parties are encouraged to submit their capability statements by February 10, 2025, to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil, as the government does not assume any financial responsibility for costs incurred in response to this RFI.
    Strategic & Spectrum Missions Advanced Resilient Trusted Systems (S2MARTS) Request for Solutions (RFS) in support of Joint Hypersonics Transition Office 2025 Request for Proposals Project No. 24-05
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command, is soliciting proposals for the Strategic & Spectrum Missions Advanced Resilient Trusted Systems (S2MARTS) Request for Solutions (RFS) to support the Joint Hypersonics Transition Office's 2025 Request for Proposals, Project No. 24-05. This initiative aims to address capability gaps identified in the JHTO Science & Technology roadmap by developing and demonstrating subsystem prototypes, exploring disruptive technologies, and ensuring a clear path to operationalizing these advancements for military applications. The focus is on enhancing hypersonic missile capabilities, which offer significant advantages in speed and maneuverability, while also addressing the challenges of design, development, and defense against such systems. Interested vendors must be members of the S2MARTS consortium and are encouraged to submit their proposals by February 21, 2025. For further inquiries, contact Luke Duwel at luke.a.duwel.civ@us.navy.mil or Jerry Bean at jerry.c.bean2.civ@us.navy.mil.