Focused Radio Frequency Optimized Signal Transference (FROST)
ID: N00173-25-R-0007Type: 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

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; APPLIED RESEARCH (AC12)

Set Aside

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

    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 RF technologies for military applications. The procurement seeks to engage contractors capable of providing comprehensive RF engineering services, including the design, development, and testing of RF systems for satellite and airborne platforms, with a performance period of 36 months and a total estimated cost exceeding $30 million. This initiative is critical for enhancing military communication capabilities and ensuring robust signal transference in challenging environments. Interested small businesses are encouraged to participate, with a total small business set-aside, and 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 as specified in the solicitation documents.

    Files
    Title
    Posted
    The document is inaccessible, displaying only a message indicating issues with the PDF viewer. As a result, it cannot be analyzed or summarized since the content is not available for review. Without the actual information from the file, identifying main topics, key ideas, or any specific details is impossible. If the document's contents can be retrieved, a comprehensive summary can be developed highlighting the relevant aspects of federal government RFPs, federal grants, and state and local RFPs. Proper access to the document is necessary to fulfill the requirements of this task effectively.
    The document outlines the requirements for on-site contractors as part of the RFP No. N0017325R0007 for Scientific and Engineering Support for Advanced Electronic Warfare at the Naval Research Laboratory (NRL). Key requirements include compliance with Force Health Protection Guidance for vaccination certification, access procedures, and badging regulations. Contractors must maintain safety protocols, including adherence to OSHA standards and environmental management guidelines. Additional stipulations cover contractor conduct in the event of accidents, hazardous materials management, and participation in training programs. Notably, contractors must ensure biomedical safety if engaged in relevant research and maintain strict records concerning firearms and explosives when required. The comprehensive guidelines ensure the safety and security of personnel within NRL facilities while prioritizing regulatory compliance and environmental responsibility. This document serves to establish the necessary standards and procedures for contractors to facilitate their acceptance and effective performance in government operations.
    The Naval Research Laboratory (NRL) has issued a Statement of Work (SOW) for the Focused Radio Frequency Optimized Signal Transference (FROST) project, required to support U.S. Navy and non-Navy research and development endeavors. This project emphasizes the advancement of Radio Frequency (RF) technologies for space-to-ground communication systems. Key objectives include designing, integrating, and updating existing RF hardware, software, and analytical techniques to enhance efficiency, reliability, and compliance with cybersecurity protocols. The SOW outlines comprehensive technical requirements spanning RF engineering, hardware and software design, network development, and detailed documentation practices. It is crucial that proposed systems accommodate existing infrastructure and meet regulatory standards. The project demands extensive travel for teams conducting analyses on global antenna systems and maintaining strong lines of communication during development stages. Deliverables include technical status reports, contract statuses, safety hazard analyses, and a final report encapsulating project findings and recommendations. Security measures outlined necessitate strict access protocols for classified information. Overall, this SOW represents NRL's commitment to evolving aerospace technologies that fulfill the Navy's strategic imperatives.
    The Naval Research Laboratory (NRL) has issued a Statement of Work (SOW) for Task Order 001 under solicitation N00173-25-R-0007, titled Focused Radio Frequency Optimized Signal Transference (FROST). This initiative seeks to advance RF research and development, specifically targeting RF generation systems for the Department of Defense (DoD) satellites and airborne platforms. The project spans 36 months, including one base year and two option years, with a total labor effort and material cost exceeding $30 million. Key objectives involve designing, developing, testing, and integrating RF ground terminal systems that can effectively mitigate the impacts of space anomalies on communication signals. The contractor is expected to provide technical expertise in RF engineering, hardware, software, and network systems, while ensuring compliance with strict security and operational protocols. Deliverables include various reports on technical status, financial management, patents, safety analyses, and a final project report summarizing goals and outcomes. The document underscores the importance of inter-agency collaboration and adherence to governmental security regulations, reflecting the stringent nature of government contracts for defense-related research and development projects.
    The document is a solicitation attachment for a cost proposal in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. It establishes a format that offerors must follow when proposing labor costs and other direct costs (ODCs) for a government contract. The offeror is required to clearly outline labor categories, hours, and amounts over five years, ensuring no deviation from specified parameters. Key elements include detailed entries for primary contractor and potential subcontractor labor costs, along with indirect costs such as overhead and fringe benefits, all to be calculated accurately with formulas intact. A significant portion of the document is dedicated to labor roles, including program managers, scientists, analysts, and engineers, categorized by site and security clearance levels. The total for all costs—including labor, fixed fees, and other direct costs—culminates in a total cost proposal that must be clearly presented. The primary purpose is to guide contractors through the proposal process for government contracts, ensuring clarity, transparency, and comprehensive cost evaluation essential for budgetary and contractual adherence within federal guidelines. Accuracy in calculation and adherence to provided formats are emphasized to facilitate government review.
    The document outlines the Request for Proposal (RFP) N00173-25-R-0007, detailing Task Order 001, which is set for a 36-month performance period comprising one base year and two option years. The RFP specifies required labor hours across various engineering roles, including Senior and Mid-level positions in systems, electrical/RF, field engineering, computer science, testing, electronics, project management, and network engineering. The total anticipated labor hours amount to 328,230. Additionally, the proposal includes anticipated support costs, with materials estimated at $30 million and travel expenses at $1.5 million over the contract duration, leading to a total Other Direct Costs (ODC) value of $31.5 million. This initiative underscores the federal government's intention to procure services essential for technical projects, which likely require a high level of expertise and resource allocation. The structure of the RFP reflects typical government contracting processes aiming to ensure efficient and accountable use of taxpayer funds in support of critical technology and infrastructure projects.
    The Naval Research Laboratory's Statement of Work (SOW) for Task Order 002 focuses on advancing Research and Development (R&D) for specialized Radio Frequency (RF) systems intended for mobile platforms, such as helicopters and ground vehicles. The contract spans 36 months with a total of 23,040 labor hours allocated for various roles, including engineers and network specialists, alongside a budget for materials and travel. Requirements encompass RF engineering, hardware and software development, testing, documentation, and security protocols. The contractor is tasked with ensuring the compatibility of new RF systems and modifications to existing ones, conducting rigorous testing, and complying with Federal Communications Commission regulations. Important deliverables include technical status reports, a patent report assessing patentable innovations, safety hazard analyses, and a comprehensive final report summarizing findings and recommendations at the contract's conclusion. The SOW emphasizes collaboration with military and private organizations, with strict adherence to security and non-disclosure protocols as mandated for access to classified materials. This initiative reflects the government’s commitment to enhancing military communication capabilities through specialized RF technology.
    The document outlines the cost proposal format for Task Order N0017323RTJ01 related to a federal solicitation. It details the expected labor costs for a prime contractor over three years, including a comprehensive list of personnel (e.g., program managers, scientists, analysts) with specific security clearances and labor categories. The proposal indicates hours allocated per employee per year, although specific amounts are not filled in. It also includes indirect costs such as overhead and fringe benefits, calculated at zero percent, which will impact the overall labor cost and total contract pricing. Other direct costs include significant projected expenditures for travel and materials/equipment, summing up to $6 million, alongside handling and G&A for subcontractors. Additionally, the proposal suggests negligible escalation rates across the years. This structured format provides clarity for government reviewers to assess cost estimates for compliance with contract pricing objectives in federal acquisitions, ensuring transparency and accountability in public funds usage.
    The document outlines the solicitation for Task Order 002 (N00173-25-R-0007) as part of federal funding initiatives, specifying the labor and other direct costs (ODC) associated with various support roles over a 36-month period. Task Order 002 consists of a base year and two option years, with defined labor hours for five key positions: Senior Field Engineer, Mid Computer Scientist, Senior Test Engineer, Senior Project Specialist, and Senior Network Engineer, totaling 23,040 labor hours. Additionally, it details anticipated expenses for materials and travel, estimating a total ODC value of $165,000 over the contract duration. The primary focus is on proposing relevant skills and resources to fulfill the outlined tasks effectively within the given timeframe, reflecting the government's aim to ensure efficient project delivery through structured funding and resource allocation.
    The document outlines the results of a pre-award survey of a prospective contractor's accounting system, focusing on its acceptability for future contracts. The survey affirms that the accounting system is compliant with generally accepted accounting principles and highlights areas such as cost segregation, identification of direct costs, and a timekeeping system that tracks labor costs appropriately. It specifies several criteria, such as the system’s capability to segregate production costs, maintain general ledger control, and provide necessary financial information for contract compliance. While the accounting system is deemed acceptable, a follow-on review is recommended post-contract award to ensure ongoing adherence and performance. This document reflects compliance structures critical in government procurement processes, ensuring contractors can accurately manage and report costs related to federal funding.
    The document outlines the security specifications and requirements for a Department of Defense contract (NRL SER: 088-23) involving classified information related to Radio Frequency (RF) engineering to support aerospace technology. It mandates that the contractor must hold appropriate security clearances and outlines the access and safeguarding procedures for classified materials, including communications security, Sensitive Compartmented Information (SCI), and Controlled Unclassified Information (CUI). The document stipulates a follow-on contract to a previous one, specifying that all classified materials generated under the prior contract must be managed according to National Industrial Security Program regulations. Contractor personnel must undergo specific security training and meet background investigation requirements before accessing classified information. All sensitive material is subject to strict handling, accountability, and release protocols, emphasizing protection against unauthorized disclosure, especially in relation to foreign nationals. Compliance with various Department of Defense manuals and directives is also mandated. The summary reflects the document's focus on security classification and the management of sensitive information stipulated for contractors in a government RFP framework, ensuring that contractors adhere to national security regulations while conducting contracted work.
    The document outlines the personnel qualifications required for the federal solicitation N00173-25-R-0007, focusing on key and non-key roles essential for work involving space anomaly detection and RF calibration systems. It specifies the necessary clearances, education, and experience for numerous positions, including Senior Systems Engineers, Senior Electrical/RF Engineers, Field Engineers, Computer Scientists, Integration and Test Engineers, Network Engineers, and Electronics Technicians. Key personnel must possess U.S. citizenship, a final DoD-granted Top Secret security clearance, and relevant experience ranging from seven to ten years, depending on the position. Their duties encompass research, system integration, troubleshooting, and collaboration on advanced RF calibration technologies. Non-key personnel requirements vary but generally require a bachelor's degree in engineering or a related field, with significant experience in RF calibration tasks. The document emphasizes travel requirements both within the continental U.S. (CONUS) and outside (OCONUS) for all roles. Overall, the document serves as a detailed guide for potential contractors to understand personnel qualifications and expectations for competitively bidding on this project, demonstrating the federal commitment to precision in RF calibration operations and associated technologies.
    The document outlines the labor hour requirements for the N00173-24-R-RJ01 BASE IDIQ project, detailing various engineering and technician roles necessary for the contracted work over a specified period. It categorizes the positions by senior and mid-level expertise, listing the total labor hours allocated for each role across five operational years. The labor categories include Systems Engineers, Electrical/RF Engineers, Field Engineers, Computer Scientists, Test Engineers, Electronics Technicians, Project Specialists, and Network Engineers, with a total of 700,800 labor hours projected for the duration of the project. Each category is assigned distinct annual hours, culminating in a structured skill mix required for project completion. This detailed breakdown is essential for potential contractors responding to the Request for Proposals (RFP), ensuring they understand the workforce needs and can align their bids accordingly.
    The document outlines the Small Business Participation Commitment Document (SBPCD) for an RFP (N00173-25-R-0007) with a focus on encouraging prime contractors to engage small businesses across various socio-economic categories. It requires offerors to specify their business type (e.g., Small Business, Women-Owned, Veteran-Owned) and establish goals for participation levels, anchored by minimum thresholds: 5% for Small Disadvantaged Businesses, 7% for Women-Owned, 2.5% for Veteran-Owned, 2% for Service-Disabled Veteran-Owned, and 0.5% for Historically Under-utilized Business Zone participants. The commitment extends to detailing the types of work self-performed by the prime offeror, alongside the participants’ contributions categorized by their business designation. A final section mandates the signatures of company officials and a Contracting Officer to validate the commitment. The overall intent is to promote small business involvement within federal contracting processes, ensuring diverse participation while upholding regulatory compliance.
    The Naval Research Laboratory (NRL) has issued a Performance Questionnaire aimed at assessing the past performance of a specified contractor. The document requests detailed feedback on the contractor's technical, schedule, cost, and management performance, with clear ratings ranging from "UNSATISFACTORY" to "EXCEPTIONAL." Key sections include contractor identification, performance assessment criteria, and specific inquiries regarding cost control and subcontract management. Respondents are required to provide rationale for extreme ratings to ensure accuracy in performance evaluations. Additionally, the questionnaire seeks feedback on the contractor's ability to meet socioeconomic goals and the effectiveness of program management. Ultimately, the document’s purpose is to compile a comprehensive performance history that informs future contractor selections for governmental projects, ensuring accountability and quality in government contracting practices. Evaluations will influence recommendations for future awards, making this a critical component of the federal contracting framework.
    The document outlines the substantiation of direct labor rates for various employee roles as part of a federal RFP process. It lists several labor categories, employee names, their employment status, the rationale for proposed rates, and the supporting documentation attached for each position. Key roles include a Program Manager, Project Manager, Database Administrator, Senior Installer, Installer, and Customer Service Representative. The data reveals both current employees and new hires, with rates supported by payroll data, contingency agreements, and industry surveys, such as from the Economic Research Institute and Salary.com. Additionally, the document addresses projected salaries for new roles based on internal promotions and documented payroll for transitioning employees. The information is essential for establishing cost estimates in proposals and ensuring compliance with federal guidelines regarding labor compensation for RFPs and grants.
    The document pertains to Request for Proposal (RFP) N00173-24-R-RJ01 for support on a Specialized Aerospace System. It outlines cost-price summary requirements, including the need for contractors to adjust indirect cost elements for different fiscal years (FY-25 through FY-29) and ensure accuracy in the cost calculation linked across the spreadsheet. The document contains sections for prime and subcontractor labor rate build-ups, specifying placeholders for fringe benefits, overhead, general and administrative (G&A) costs, as well as material and handling costs. The costs must reflect total labor and fixed fees for both prime and subcontracted efforts. Special attention is given to ensuring accurate documentation for indirect labor costs and other direct costs (ODC). The structure accommodates flexibility for contractors to input relevant rates and values while emphasizing the importance of accountability in cost reporting and compliance with government standards. The document serves as a financial framework to guide proposals for federal grants and RFPs, ensuring thorough budgeting within the aerospace sector.
    The document outlines a solicitation for a contract awarded by the Naval Research Laboratory (NRL) under contract number N0017325R0007, focusing on the provision of supplies and services related to the Focused Radio Frequency Optimized Signal Transference (FROST) project. The contract is structured as a cost-plus-fixed-fee contract and allows for task orders within a five-year performance period, with a minimum order value of $10,000 and a maximum per order value of $244 million. Key sections include provisions for tasks such as Research and Development efforts in RF engineering, and requirements for government-furnished property. The contractors must ensure compliance with specified regulations regarding reporting, inspections, and packaging standards. Furthermore, clauses regarding potential organizational conflicts of interest are emphasized, ensuring that contractors adhere to ethical guidelines during execution. The structure is organized into various parts, including specific sections for offers, evaluations, and contractual clauses. The document serves as a regulatory framework for prospective contractors, detailing contractual obligations, payment instructions, and key personnel assignments, ultimately aligning with the NRL’s objectives and operational protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Radio Frequency Distribution and Control Systems (RFDACS)
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the procurement of Radio Frequency Distribution and Control Systems (RFDACS) units and subcomponents, along with associated engineering and obsolescence management services. This initiative aims to enhance military submarine capabilities by developing, testing, and delivering the RFDACS OK-700 system, which is critical for effective communication and control in defense operations. Interested contractors must comply with stringent regulatory standards and provide detailed proposals that include quality control measures, funding sources, and personnel qualifications. For further inquiries, potential bidders can contact Christina Sherron at christina.m.sherron2.civ@us.navy.mil or by phone at 401-832-6462. The solicitation details and associated documents are available for review, and adherence to the outlined requirements is essential for successful proposal submission.
    RFPOPTIC TRANSEIVER WITH CABLE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking to procure an RF Optic Transceiver with associated indoor fiber optic cables to support the Navy Calibration Labs in Norco, California. The procurement specifically requires the RFoF-30G-L1-Mini transceiver and emphasizes that only Original Equipment Manufacturers (OEM) or authorized resellers may submit offers. This equipment is critical for RF power calibration of E-Field Radiation Hazard Probes used in Navy ships, ensuring mission readiness and operational efficiency. Interested parties can contact Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil or by phone at 951-393-4354 for further details regarding this opportunity.
    59--AMPLIFIER,RADIO FRE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of radio frequency amplifiers. The contract requires compliance with various quality and inspection standards, including Government Source Approval prior to award, and emphasizes the importance of providing detailed documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure. These amplifiers are critical components for military applications, ensuring reliable communication and operational effectiveness. Interested vendors should reach out to Eric Tarkett at 215-697-4313 or via email at ERIC.TARKETT@NAVY.MIL for further details, with a projected contract value of $20,500,000 and an emphasis on timely delivery to meet government requirements.
    Customized high power RF filters banks for the Office of Naval Research (ONR).
    Buyer not available
    The Department of Defense, specifically the Office of Naval Research (ONR), is seeking proposals for the procurement of customized high power RF filter banks through a presolicitation notice. The objective of this procurement is to develop specialized electronic components that are critical for advanced communication and detection systems used by the Navy. These RF filter banks play a vital role in ensuring the integrity and performance of coherent radiation systems. Interested vendors can reach out to Contract Specialist Kimberly Z Young at kimberly.z.young.civ@us.navy.mil or call 843.218.6389 for further details regarding the submission process and any upcoming deadlines.
    Research & Development, Studies, Design and Engineering Services in Support of Remote Sensing Systems
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is soliciting proposals for research and development, studies, design, and engineering services to enhance remote sensing systems. The primary objective is to acquire multi-disciplinary scientific and technical expertise to support the development and application of advanced remote sensing techniques, including microwave remote sensing and spectral imaging. This initiative is crucial for improving military capabilities through innovative technologies, with a focus on engaging small businesses in the contracting process. Interested vendors 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.
    ULTRA-BROADBAND TERAHERTZ RADIO DEVELOPMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Broad Agency Announcement (BAA) titled "Ultra-broadband Terahertz Radio Development" (BAA Number: FA8750-23-S-7009). This initiative aims to foster innovative research and development of ultra-broadband communication technologies operating above 100 GHz, which are critical for enhancing Air Force communication capabilities in contested spectrum environments. The BAA is open until September 19, 2028, with approximately $9.9 million in funding available, and individual awards typically ranging from $200,000 to $4 million for projects lasting up to 36 months. Interested parties should submit initial white papers and may contact Peter A. Ricci at peter.ricci.1@us.af.mil or Amber Buckley at amber.buckley@us.af.mil for further information.
    Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-095: Spectrum Efficient Technology (SET) Prototype Project
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking solutions through the Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) for the Spectrum Efficient Technology (SET) Prototype Project. This initiative aims to develop innovative technologies that enhance spectrum efficiency, which is critical for military operations and national defense. The project falls under the NAICS code 541715, focusing on research and development in the physical, engineering, and life sciences, and is categorized under national defense R&D services. Interested parties should prepare their proposals in response to the Request for Solutions (RFS) TReXll-25-02 RED-095, with further details available through the appropriate channels.
    Advanced Dynamic Spectrum Sharing Demonstration
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command, is seeking proposals for the Advanced Dynamic Spectrum Sharing Demonstration (ADSSD) as part of a collaborative effort with the National Spectrum Consortium (NSC). The objective of this initiative is to develop and demonstrate innovative spectrum-sharing technologies that will enable coexistence within the 3100-3450 MHz band while adhering to specific conditions outlined in the Emerging Mid-Band Radar Spectrum Sharing Feasibility Assessment Report. This project is critical for enhancing national defense capabilities and addressing the increasing competition for spectrum access, which is vital for both military and commercial operations. Interested parties must be members of the NSC to submit proposals, with a deadline for submissions set for February 28, 2025, and questions due by January 31, 2025. For further inquiries, contact Ms. Samantha Fenske at samantha.r.fenske.civ@army.mil.
    REQUEST FOR INFORMATION (RFI)– PRODUCTION &
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, has issued a Request for Information (RFI) regarding the production of specialized equipment within the Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing sector. The RFI aims to gather insights and capabilities related to the manufacturing of airborne radio and television communication equipment, which is critical for enhancing operational effectiveness in various defense applications. Interested parties are encouraged to reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil or by phone at (812) 381-7283 for further details and to express their interest in this opportunity.
    AWGER: ADAPTIVE WAVEFORM GENERATION FOR EXTREME RF
    Buyer not available
    The Department of the Air Force is issuing a Broad Agency Announcement (BAA) for research on Adaptive Waveform Generation for Extreme RF, designated as BAA Number FA8750-22-S-7006. This initiative seeks innovative approaches in cognitive waveform generation, network control, and scenario evaluation within diverse RF environments, emphasizing the importance of advancing military capabilities through cutting-edge technologies. The total estimated funding for this BAA is approximately $49.9 million, with individual awards typically ranging from $300,000 to $3 million and lasting up to 36 months. Interested parties must submit white papers by September 30, 2027, and can direct inquiries to Gerard Wohlrab at gerard.wohlrab@us.af.mil or Amber Buckley at amber.buckley@us.af.mil for further information.