Complementary Positioning, Navigation, and Timing (CPNT) Services Rapid Phase II
ID: 6913G625Q300008Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY6913G6 VOLPE NATL TRANS SYS CNTRCAMBRIDGE, MA, 02142, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Nov 27, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 9:00 PM UTC
Description

The U.S. Department of Transportation (DOT) is soliciting proposals for the Complementary Positioning, Navigation, and Timing (CPNT) Services Rapid Phase II, aimed at enhancing the resilience of critical infrastructure through the testing of advanced CPNT technologies. The procurement seeks vendors capable of deploying high Technical Readiness Level (TRL ≥ 8) PNT services at designated test ranges, with a focus on operational integration under various conditions, including potential GPS disruptions. This initiative is crucial for ensuring reliable PNT services that support national security and economic interests, with a total funding cap of $7.5 million for multiple firm-fixed price purchase orders. Interested vendors must submit their proposals by January 24, 2025, and can direct inquiries to Andrew J. Josephs at andrew.josephs@dot.gov or Matthew Phelps at matthew.phelps@dot.gov.

Point(s) of Contact
Andrew J. Josephs
andrew.josephs@dot.gov
Files
Title
Posted
Jan 8, 2025, 11:05 PM UTC
The U.S. Department of Transportation (DOT) is initiating a multiple award solicitation for Complementary Positioning, Navigation, and Timing (CPNT) technology testing and evaluation under its Rapid Phase II program. The aim is to enhance resilience in the nation's critical infrastructure sectors by evaluating operational CPNT services that function independently of GPS and related systems. The solicitation invites proposals from vendors capable of deploying high Technical Readiness Level (TRL ≥ 8) PNT services at designated test ranges, to be carried out within six months of the award. Proposals must include partnerships with critical infrastructure users, detailing the operational setup, resilience testing against threats, and plans for data collection and integration with DOT's reference systems. The evaluation will focus on performance under various conditions, including GPS disruptions. The selected technologies will contribute to a broader strategy aimed at securing reliable PNT services, emphasizing the importance of compliance with regulatory frameworks and addressing cybersecurity risks. Overall, this solicitation seeks to expand the variety and effectiveness of CPNT technologies supporting national security and economic interests.
Nov 27, 2024, 5:45 PM UTC
The document is a Request for Quote (RFQ) issued by the VOLPE National Transportation Systems Center under the Department of Transportation. It seeks pricing for the provision of deployment and evaluation of Connected and Automated Vehicle Technologies (CPNT) in various conditions. The RFQ specifies that the inquiries are to be submitted by January 14, 2025, at 4:00 PM EST, with contract awards to follow based on firm fixed pricing. The RFQ outlines two line items: one for the CPNT technology deployment and evaluation, which is expected to span one year, and the second for associated travel costs. Notably, service contract wage determination rates shall apply. The RFQ does not constitute an order but invites potential contractors to provide their pricing and details for further evaluation. This initiative reflects the government’s efforts to enhance transportation systems through innovative technologies while maintaining compliance with wage standards.
Jan 8, 2025, 11:05 PM UTC
The VOLPE National Transportation Systems Center requests quotes for the deployment and evaluation of CPNT technologies in a variety of conditions. The quote is for a Firm Fixed Price (FFP) basis and the period of performance spans one year post-award. Additionally, travel costs related to the project will be reimbursed on a cost-reimbursement not-to-exceed (NTE) basis. This Request for Quote (RFQ), referenced as #6913G625Q300008, must be submitted by January 24, 2025, at 4:00 PM EST. The document outlines essential contractor information, including contact details for the contracting officer. It specifies that SCA Wage Determination rates apply and requires that quotes be prepared under the stated terms while ensuring FOB destination pricing. This RFQ reflects government procurement processes aimed at advancing transportation technologies while emphasizing accountability and clarity in financial engagements.
Jan 8, 2025, 11:05 PM UTC
This document outlines the instructions for vendors responding to federal procurements for commercial products and services under simplified acquisition procedures. It addresses various aspects, including the NAICS codes and size standards for small businesses eligible to quote, specifying criteria related to set-asides for small business categories. Vendors must submit quotes containing essential information such as the solicitation number, vendor details, technical descriptions, pricing, warranty terms, and past performance data. The document stresses the importance of timely submissions and specifies conditions under which late quotes may be considered. It indicates that the government seeks to award contracts based on the best terms without extensive discussions. Furthermore, it highlights the requirement for a unique entity identifier for contracts exceeding the micro-purchase threshold. The provision also mentions the possibility of post-award debriefings for vendors to understand the evaluation process. Overall, this document aims to streamline the procurement process, ensuring clarity for vendors regarding quoting procedures and evaluation criteria in government acquisitions.
The U.S. Department of Transportation (U.S. DOT), specifically the Volpe National Transportation Systems Center, is soliciting quotations for Complementary Positioning, Navigation, and Timing (CPNT) services under solicitation number 6913G625Q300008. The purpose is to support Rapid Phase II Field Testing of CPNT technologies. The project seeks multiple firm-fixed price purchase orders, with total awards not exceeding $7.5 million. Quoters must demonstrate their solutions meet a minimum Technology Readiness Level (TRL) of eight and provide a comprehensive performance work statement (PWS) detailing their approach, timeline, and resources. The evaluation will prioritize technical understanding and partnerships with critical infrastructure owners, with a focus on acquiring diverse technology solutions. Quotes must be submitted by January 24, 2025, and the award process is expected to conclude by April 1, 2025. The procurement is open to all businesses, with a small business reserve, indicating a commitment to inclusivity in vendor participation. Key deadlines for questions and submission are outlined, along with specific technical requirements and evaluation criteria focused on achieving satisfactory technical and price assessments.
Jan 8, 2025, 11:05 PM UTC
The U.S. Department of Transportation (U.S. DOT) is seeking commercial services through Solicitation No. 6913G625Q300008 for Complementary Positioning, Navigation, and Timing (CPNT) Services, aimed at participating in Rapid Phase II Field Testing. This Request for Quotation (RFQ) encompasses support for field test trials conducted by the Volpe National Transportation Systems Center, focusing on technical consulting and engineering services. A total award value is capped at $7.5 million, with the intent to issue multiple Firm-Fixed Price purchase orders. Offerors must demonstrate a minimum Technology Readiness Level (TRL) of eight and include partnerships with critical infrastructure owners. Proposals should detail a technical approach, a Statement of Work (SOW), and a timeline for completion. Each submission must be divided into a Price Quote (Volume I) and a Technical Approach (Volume II), emphasizing the importance of the technical approach over price. The deadline for submissions is January 14, 2025. This solicitation reflects the government's effort to identify and promote CPNT technologies for widespread adoption, aligning with federal acquisition procedures and ensuring that prospective contractors meet specified criteria to support these initiatives effectively.
Jan 8, 2025, 11:05 PM UTC
The Rapid Phase II RFQ Q&A document outlines the specifics of support services, testing requirements, and vendor obligations for the U.S. Department of Transportation's (U.S. DOT) Complementary Positioning, Navigation, and Timing (CPNT) technologies initiative. Key points include that the government will provide vehicle testing and a mobile truth/reference system, while vendors are responsible for executing testing conditions. Domestic test ranges are prioritized, although vendor-provided locations are acceptable. The document clarifies proposal requirements, including staffing plans, use of government per diem for travel costs, and the necessity for compliance without proprietary restrictions. It emphasizes that multiple critical infrastructure partners can enhance proposals, but only one proposal per entity is allowed. Considerations for testing encompass operational integration without disrupting normal functions, and the government will create adverse testing conditions. Proposals must demonstrate technical readiness and compliance with regulations. Lastly, the government will not provide funding for any additional costs incurred, emphasizing that all expenses be included in the pricing quote. This document serves as a guide for vendors seeking to understand the submission requirements and expectations for testing CPNT technologies in compliance with U.S. governmental standards.
Jan 8, 2025, 11:05 PM UTC
The Rapid Phase II Request for Quotations (RFQ) by the U.S. Department of Transportation (DOT) seeks proposals for the testing of Complementary Positioning, Navigation, and Timing (CPNT) technologies at critical infrastructure sites. The government will provide support services, including vehicles and a reference system containing Positioning, Navigation, and Timing (PNT) truth data, at designated test ranges. While domestic and previously unused vendor-provided test ranges are encouraged, international sites are less favored due to policy goals. Vendors must accommodate testing conditions, including potential GPS jamming, while ensuring non-disruption to ongoing critical operations. The solicitation requires a staffing plan and clarity on pricing structures, which can deviate from traditional contract types, allowing for different proposals under the same technical solution with varied scopes. The RFQ also emphasizes that proposals must demonstrate maturity in technology and compliance with federal regulations, ensuring full operational control. Ultimately, multiple partnerships with critical infrastructure owners are allowed, enhancing submission quality. The document outlines detailed procedures and criteria for submission, aiming to foster technological innovation and resilience in U.S. infrastructure systems.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
MARNAV Block 2 Vendor Demonstrations
Buyer not available
The Department of Defense, specifically the U.S. Marine Corps, is seeking information from vendors for the MARNAV Block 2 project, which focuses on advanced Positioning, Navigation, and Timing (PNT) solutions as replacements for the Defense Advanced GPS Receiver (DAGR). This Request for Information (RFI) aims to gather insights on potential commercial sources and is intended to shape future acquisition strategies while enhancing PNT capabilities through the use of Military Code (M-Code) GPS satellite signals and alternative sensors. Interested vendors are invited to participate in Vendor Demonstrations scheduled from February to May 2025, where they can showcase direct, drop-in alternatives to the DAGR. Vendors must submit their company information by May 15, 2025, to coordinate their demonstrations, and the acquisition strategy is expected to lead to a full and open competition for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. For further inquiries, vendors can contact Valeria Page at valeria.page@usmc.mil or 703-432-8739, or Leigh Anne Romo at leigh.a.romo.civ@usmc.mil.
UMTE - Transmitter
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of six units of the AN/TPT-T1 transmitter, identified by National Stock Number (NSN) 5840-01-508-1032. Contractors are required to adhere to strict packaging, marking, and shipping standards as outlined in the Statement of Work (SOW), which emphasizes compliance with military and hazardous materials regulations. The goods are critical for military operations, necessitating high standards of quality and traceability to ensure operational readiness. Interested parties should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, with proposals expected to meet specified timelines and quality standards as part of the procurement process.
Title: FINAL 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 soliciting proposals for the Global Positioning System (GPS) Engineering, Analysis, and Remote Site Sustainment III (GEARSS III) contract. This opportunity is aimed at small businesses and involves providing engineering research and development services, with a primary focus on sustaining GPS operations at various military sites, including Schriever Space Force Base in Colorado and Vandenberg Space Force Base in California. The selected contractor will play a crucial role in ensuring the reliability and effectiveness of GPS systems, which are vital for military operations. Proposals are due by May 1, 2025, and interested parties should contact Matthew Buchanan or Christopher Cook for further details and access to the Bidder’s Library, which contains essential documents for proposal preparation.
ADVANCED TECHNOLOGY SUPPORT PROGRAM (ATSP) V
Buyer not available
The Department of Defense, through the Defense Microelectronics Activity (DMEA), is seeking proposals for the Advanced Technology Support Program (ATSP) V, aimed at leveraging advanced microelectronics technologies to enhance weapon system capabilities and mitigate obsolescence. The program encompasses a wide range of engineering services, including rapid acquisition, development, and deployment of hardware and software solutions to address evolving operational challenges and threats. With a programmatic ceiling of $25.357 billion, the contract will span from April 1, 2026, to April 2, 2031, with options for extension to 2036. Interested offerors must submit their proposals by April 9, 2025, and can direct inquiries to Erik Villarreal at erik.a.villarreal.civ@mail.mil or Nicholas Roberts at nicholas.s.roberts8.civ@mail.mil.
PHMSA's Risk Assessment for HAZMAT Packages in an Unmanned Aircraft Systems (UAS) Environment
Buyer not available
The Department of Transportation's Pipeline and Hazardous Materials Safety Administration (PHMSA) is seeking proposals for a risk assessment concerning hazardous materials packaging in an unmanned aircraft systems (UAS) environment. The primary objective is to evaluate the safety performance of existing dangerous goods packaging requirements, considering the unique operational conditions and hazards associated with UAS operations, and to identify appropriate risk mitigations. This initiative is crucial for ensuring the safe transport of hazardous materials via UAS technology, reflecting the government's commitment to regulatory compliance and public safety. Interested contractors must submit their proposals by July 2, 2025, and can direct inquiries to Stephen Jones at stephen.jones@dot.gov or Tremayne Terry at tremayne.terry@dot.gov.
TraCSS Space Situational Awareness (SSA) Research and Technology Development
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking proposals through a Broad Agency Announcement (BAA) for research and technology development in Space Situational Awareness (SSA) and Space Traffic Coordination (STC). The objective is to enhance technologies that improve safety and management in the increasingly crowded space environment, inviting white papers from U.S. entities, including government, academia, and private sectors. This initiative is crucial for advancing the state-of-the-art in space research and ensuring effective risk assessment and conjunction assessment methodologies. Interested parties should note that the deadline for white paper submissions is May 30, 2025, with an estimated federal funding of approximately $9.9 million available for initial projects, and they can contact Noelle Albert at NOELLE.ALBERT@NOAA.GOV for further information.
Engineering Support Services M119A3 Towed Howitzer artillery Tactical Advanced Land Inertial Navigator (aTALIN)
Buyer not available
The Department of Defense, through the Army Contracting Command New Jersey, is conducting a market survey to identify potential sources for engineering support services related to the integration of an Assured Positioning, Navigation, and Timing (APNT) capability with the M119A3 towed howitzer's Honeywell artillery Tactical Advanced Land Inertial Navigator (aTALIN). The objective is to retrofit existing aTALIN units and procure new ones that support the integration of the Government-defined APNT capability, which is crucial for enhancing the howitzer's operational effectiveness by providing accurate positioning and orientation data. Interested vendors are encouraged to submit their capabilities, including a statement of their ability to handle GPS User Equipment and cryptographic keys, along with a Rough Order Magnitude Cost for the required services, by May 2, 2025. For further inquiries, vendors can contact Jayde A. Liuzza or Daniel Rakauskas via email.
OTPS PHASE 2 - NEXT GENERATION JAMMER (NGJ)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking industry input for the Next Generation Jammer Mid-Band (NGJ-MB) System Operational Test Program Set (OTPS) Phase Two Development. This procurement aims to acquire three OTPS units for depot-level testing and repair, focusing on management, logistics, cybersecurity, integration, and testing for Automated Test Equipment (ATE) and Test Program Sets (TPS) that support Units Under Test (UUTs). The initiative is critical for enhancing operational capabilities and maintaining equipment readiness for the NGJ-MB program, building on the foundational work completed in Phase One with Raytheon Company. Interested parties must submit their responses, not exceeding ten pages, by January 17, 2025, to the designated contacts, Desiree Pendleton and Melissa Bucci, via email.
Developing Pedestrian Realistic Artificial Datasets (RADs)
Buyer not available
The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for the development of Realistic Artificial Datasets (RADs) focused on pedestrian volumes to enhance roadway safety. The primary objectives include identifying gaps in existing pedestrian data, utilizing advanced technologies such as artificial intelligence to generate these datasets, and creating a standalone software solution that will aid in safety research and urban planning. This initiative is crucial in addressing the rising pedestrian fatalities and improving safety measures for vulnerable road users. The contract is expected to be awarded as a firm-fixed price agreement, with an estimated budget of $400,000 over a performance period of 30 months. Proposals are due electronically by April 25, 2025, and interested parties can contact Amalia Rodezno at amalia.rodezno@dot.gov or Jonathan Agudelo at jonathan.agudelo@dot.gov for further information.
DRAFT Request for Proposal for ROTHR Operations & Maintenance
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP FLC Norfolk, is seeking proposals for the DRAFT Request for Proposal N00189-25-R-Z003 concerning Operations and Maintenance services for the Relocatable Over-the-Horizon Radar (ROTHR) system. The procurement aims to ensure comprehensive maintenance and operational support for the ROTHR system across various locations in Virginia, Texas, and Puerto Rico, facilitating continuous 24/7 operations that provide critical air and maritime surveillance data essential for national security. This initiative underscores the importance of reliable radar system management in combating threats such as drug trafficking, with contractors expected to adhere to strict operational, safety, and quality control standards. Interested parties can reach out to Lauren Lauver at lauren.a.lauver.civ@us.navy.mil for further information regarding this opportunity.