USNO Precise Time & Astronomy IDIQ
ID: N0018925Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the USNO Precise Time & Astronomy Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to acquire commercial services, specifically Astronomy Related Services, from Federated IT, Inc., focusing on enhancing workflow management and operational processes critical for the U.S. Naval Observatory's precise time and astrometry services. The contract, valued at a maximum ceiling of $4 million, will cover a four-year period from November 2024 to October 2028, with proposals due by 12:00 PM EST on October 29, 2024. Interested parties should submit their quotes to Caitlin King at caitlin.d.king2.civ@us.navy.mil and Cody Witz at cody.s.witz.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Combined Synopsis/Solicitation (RFP) N0018925Q0016 for acquiring commercial services from Federated IT, Inc. for the U.S. Naval Observatory (USNO). This single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Firm Fixed Price provisions, valued at a maximum ceiling of $4 million, encompasses the provision of Astronomy Related Services, including labor and travel over a four-year ordering period from November 2024 to October 2028. The USNO seeks expertise in workflow management to enhance the productivity and quality of precise time and astrometry services critical for Department of Defense operations. The contractor must facilitate collaboration among multidisciplinary teams and oversee strategic initiatives to optimize research and operational processes. The document also enumerates required qualifications for contractor personnel, including seniority-based education and experience levels in relevant fields, and mandates security clearances ranging from Secret to Top Secret. It further details performance standards and oversight measures through the Quality Assurance Surveillance Plan (QASP) to ensure compliance and satisfactory service delivery. Finally, contracting responsibilities and submission guidelines for quotes by potential bidders are clearly outlined, adhering to federal procurement regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy's Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, designated N6247023R9002, involves providing engineering services, including operational support, logistics management, facility condition assessments, and energy efficiency surveys, under a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) framework with a total value of up to $60 million over five years. This procurement is crucial for enhancing the efficiency and effectiveness of NAVFAC's public works services, ensuring compliance with regulations and operational needs. Interested contractors must submit their proposals by 2:00 PM on November 6, 2024, and can direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or call 757-322-4749.
    SOLE SOURCE – CELESTRON VF-GOLD MAINTENANCE PACKAGE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for a one-year maintenance package for the Celestron VF-GOLD equipment, exclusively provided by Thermo KeyTek, LLC. This procurement aims to ensure ongoing support, including annual calibration and emergency repair services, as Thermo KeyTek is the original equipment manufacturer and the only authorized provider for these maintenance services. The contract emphasizes compliance with federal acquisition regulations and aims to maintain the operational readiness of critical equipment. Interested vendors must submit their capability statements by the closing date of October 28, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Christina Staggs at christina.l.staggs.civ@us.navy.mil.
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment project, which focuses on the continued operation and integration of the Navy's manpower and personnel systems. This procurement aims to sustain and enhance the Navy Standard Integrated Personnel System (NSIPS) and its integration with pay capabilities, ensuring compliance with cybersecurity regulations and providing necessary support services. The contract is expected to be awarded in March 2024, with a total ceiling of $338 million and an initial task order that includes a five-year performance period. Interested parties can direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil or by phone at 407-380-4440.
    NOAA Cloud Acquisition (NCloud)
    Active
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking cloud services to support its Cloud Strategy through a Sources Sought Notice. The procurement aims to establish a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle, requiring cloud service providers (CSPs) to demonstrate capabilities in multi-cloud environments, extensive infrastructure, advanced security measures, and compliance with federal standards. This initiative is crucial for enhancing NOAA's mission by leveraging advanced cloud technologies to provide resilient services and support scientific research and data collaboration. Interested vendors must respond by October 30, 2024, providing their qualifications and a Unique Entity Identifier (UEI), and can contact Eric Olmstead or Meredith Eaton for further information.
    HAB Laundy and Galley Repairs IDIQ Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for the HAB Laundry and Galley Repairs IDIQ Contract, which will provide technical support for the maintenance, overhaul, repair, or replacement of galley and laundry equipment on U.S. Navy Aircraft Carriers and Surface Ships. Contractors will be responsible for supplying parts and personnel to perform necessary repairs and installations, with work primarily conducted on board naval vessels located in Norfolk, Virginia. This contract is set aside for small businesses under NAICS code 336611, with a total performance period anticipated from January 28, 2025, to January 27, 2030. Interested parties should prepare for the solicitation, expected to be available around November 1, 2024, and direct any inquiries to Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or by phone at 757-443-1219.
    66--NAVIGATION SET, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of navigation sets. This procurement aims to ensure the timely inspection, acceptance, and repair of navigational instruments, which are critical for military operations and safety. The contract stipulates a required repair turnaround time of 120 days after asset receipt, with specific throughput constraints and reconciliation processes outlined for the contractor. Interested parties can reach out to Peter Kobryn at 215-697-4313 or via email at PETER.KOBRYN@NAVY.MIL for further details, with the contract expected to be awarded following the evaluation of proposals.
    SOLE SOURCE – MERIDIAN IV MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking maintenance services for the Meridian IV Microscope and associated components. The procurement aims to secure maintenance and repair services from FEI Company, the sole source identified due to their proprietary rights and specialized capabilities, while also allowing other interested vendors to submit capability statements for consideration. This maintenance is critical for the operational readiness of the equipment used in various defense applications. Proposals are due by 4:00 PM Eastern Time on October 30, 2024, with the contract period set from January 1, 2025, to December 31, 2025. Interested parties should direct inquiries to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    Calibrate and Repair Serial Number 1040C
    Active
    Dept Of Defense
    The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.
    Navy Occupational Dosimetry System (NODS) - Dosimeters, Readers/Base Stations, and Logistics Hardware
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the Navy Occupational Dosimetry System (NODS), which includes dosimeters, readers/base stations, and logistics hardware. The NODS must meet the Navy's physical, radiological, and environmental requirements and will incorporate the next generation dosimetry system along with the Navy Radiation Exposure Management System (NAVREMS) for database management. This procurement is crucial for ensuring the safety and health of Navy personnel exposed to radiation, and the contract will be awarded as a hybrid single award indefinite-delivery/indefinite-quantity (IDIQ) for a period of five years, with five one-year ordering periods. Interested parties should submit their proposals via PIEE and monitor SAM.gov for any amendments, with questions due by October 22, 2024; for further inquiries, contact Carlos Triay at carlos.triay@navy.mil or Haylea Weidinger at haylea.r.witz.civ@us.navy.mil.
    Solicitation N6449825R0002
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is seeking proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Firm-Fixed-Price (FFP) contract focused on the manufacturing and testing of essential equipment for VIRGINIA Class submarines. The procurement includes Sail Racetracks, Payload Tube Loading Platforms, and various support equipment, along with associated shipping crates, emphasizing the importance of quality assurance and compliance with military specifications. This contract aims to enhance maintenance support for submarines, reflecting the Navy's commitment to operational readiness and engineering capabilities. Interested contractors should submit their technical and cost proposals by the specified deadlines, with a total contract value estimated at $50 million, including a minimum participation requirement of 40% for small businesses, translating to $20 million. For further inquiries, contact Kaitlyn Sawicki at kaitlyn.r.sawicki.civ@us.navy.mil.