Sole Source for Engineering Support for the Washington Interagency VLBI Correlator
ID: N0018925Q0217Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to procure engineering support services for the Washington Interagency Very Long Baseline Interferometry (VLBI) Correlator, with a sole-source contract intended for the Massachusetts Institute of Technology (MIT). The primary objective of this procurement is to secure specialized software support, assistance with electronic VLBI capabilities, data storage and validation, and upgrades to the Mark6 operating systems, all of which are critical for maintaining the integrity and security of geodetic VLBI data used by the U.S. Naval Observatory. This initiative is vital for enhancing the observatory's capabilities in processing Earth orientation parameters, which are essential for defining celestial and terrestrial reference frames, thereby supporting national security objectives. Interested parties may submit proposals, although the contract will not be awarded through competitive bidding, and inquiries can be directed to Jordan Walton at jordan.l.walton.civ@us.navy.mil. The contract is set for a one-year period from May 1, 2025, to April 30, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a combined synopsis/solicitation for a federal procurement focused on engineering support related to Very Long Baseline Interferometry (VLBI) at the U.S. Naval Observatory (USNO). The contract, referenced as N0018925Q0217, is designated for a one-year period, from May 1, 2025, to April 30, 2026, and will be awarded on a sole-source basis to the Massachusetts Institute of Technology (MIT) with Small Business Administration approval. Key deliverables include software support for correlators, assistance with electronic VLBI capabilities, data storage and validation, and upgrades to the Mark6 operating systems to maintain security standards. The solicitation emphasizes the need for technical expertise in processing geodetic VLBI data, ensuring rapid turnaround times for Earth orientation parameters essential for defining celestial and terrestrial reference frames. Interested parties may submit proposals, although the contract will not follow competitive bidding due to the sole-source direction. The document also details travel reimbursement policies related to the fulfillment of the contract requirements, ensuring compliance with federal regulations. Overall, this initiative aims to enhance the USNO’s VLBI infrastructure capabilities while ensuring national security through improved data handling processes.
    The document outlines a sole source justification for procuring services from MIT Haystack for the validation of IVS data used by the U.S. Naval Observatory (USNO). Due to MIT’s unique expertise and infrastructure in maintaining the standard IVS data format, they are deemed the only institution capable of quarantining and validating potentially compromised international data before it reaches USNO's DiFX correlator. This process mitigates risks associated with data reliability from foreign sources, particularly impacting the Department of Defense's Continuity of Operations Plan. The justification notes that compatibility with existing systems is essential, and that the new services represent direct replacements for current equipment. The document emphasizes the lack of alternative providers capable of fulfilling these requirements in the necessary timeframe, thus necessitating a sole-source contract with MIT Haystack for secure data transfer services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RENEWAL OF FUGRO MARINESTAR DGNSS SATELLITE POSITIONING DATA SUBSCRIPTION SERVICE
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Fugro USA Marine Inc. to renew the MarineStar DGNSS satellite positioning data subscription service for Septentrio receivers. This service is critical for NOAA's uncrewed systems, which require precise point positioning via a Differential Global Navigation Satellite System (DGNSS) to produce accurate navigational charts. The contract will ensure continued access to the only DGNSS service provider with national coverage, which is essential for high-quality data in offshore environments. Interested firms that believe they can meet the government's requirements may submit documentation to Kyle Lawrence at kyle.lawrence@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
    Sole Source to MA Tech Services Inc. - Spectrometer Maintenance and One Option Year
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking a sole-source contract with MA Tech Services Inc. for the maintenance of spectrometers, including an option for one additional year of service. This procurement is justified as MA Tech Services Inc. is the original manufacturer and the only qualified provider capable of ensuring optimal system performance, thereby preventing costly delays or errors. The contract will adhere to federal acquisition regulations and emphasizes the importance of cybersecurity and compliance with defense-related standards. Interested parties can reach out to Terra Roberts at terra.s.roberts.civ@us.navy.mil or Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil for further details, and all quotes must be submitted by the specified deadline along with required supporting documents.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    KVH Industries, Inc. (KVH) Static IP and Monthly Maintenance
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a noncompetitive Firm-Fixed-Price purchase order to KVH Industries, Inc. (KVH) for satellite airtime and one year of monthly maintenance fees. This procurement is critical as KVH is the sole provider of the required satellite airtime, which is currently in use, and the Government plans to negotiate exclusively with KVH under FAR 13.106-1(b). Interested parties who believe they can meet the requirements may submit a capability statement, proposal, or quotation to Jessica Glisson at jessica.k.glisson.civ@us.navy.mil by December 11, 2025, for consideration in determining whether a competitive procurement will be conducted. The NAICS code for this opportunity is 517410, with a small business size standard of $44 million.
    MK 41 VLS Mechanical Design Agent
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), intends to issue a sole source contract to BAE Land & Armaments L.P. for Mechanical Design Agent services in support of the MK 41 Vertical Launching System. This contract action aims to extend the current requirements for an additional year, emphasizing the critical role of the MK 41 system in naval operations. The procurement is justified under FAR 6.302-1(a)(2)(ii), indicating that only one responsible source can fulfill the agency's needs. For further inquiries, interested parties may contact Matthew Hubbard at matthew.r.hubbard2.civ@us.navy.mil or David Chamberlain at david.s.chamberlain5.civ@us.navy.mil.
    NOTICE OF INTENT TO SOLE SOURCE TO UNIVERSITY CORPORATION FOR ADVANCED INTERNET DEVELOPMENT
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to the University Corporation for Advanced Internet Development for a one-year subscription to Internet2 Higher Education Membership and InCommon Federation Participation. This procurement aims to renew essential services that provide advanced networking, cloud, trust and identity, and performance services for research and education organizations, which are critical for enabling secure access and identity management in the U.S. education sector. Interested parties must submit a capability statement by 11:00 AM Pacific Standard Time on December 29, 2025, to Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil, as no competitive proposals will be accepted for this opportunity. The anticipated award date is on or before January 2, 2026.
    Time Tagger
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners to DRS Signal Solutions, Inc. of Frederick, Maryland. This procurement is necessary to fulfill specific agency requirements that can only be met by this single source, as no other supplies or services are deemed adequate. The goods are critical for radio and television broadcasting and wireless communications, aligning with the NRL's operational needs. Interested parties may express their capability to meet this requirement, but the government retains discretion over whether to pursue competitive procurement. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301273048.
    Meteorological Satellite Receiver
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking innovative commercial solutions for a Meteorological Satellite Receiver to provide critical meteorological data to Navy surface ships and shore sites. The primary objective is to identify reliable and affordable solutions that can be demonstrated with a prototype within 18 months, focusing on the quality and reliability of data reception rather than specific hardware implementations. Interested vendors must submit their solution briefs via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module, as emailed submissions will not be accepted. For inquiries, vendors can contact Jules Ward at julie.a.ward38.civ@us.navy.mil or Dayna Erickson at dayna.m.erickson.civ@us.navy.mil, with responses to questions expected the week of January 5, 2026.