Data-encrypted Autonomous In-situ Subsurface Profiling Systems
ID: N0018926RL004Type: Presolicitation
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

GEOPHYSICAL INSTRUMENTS (6655)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistic Center Norfolk, is seeking contractors to provide data-encrypted autonomous in-situ subsurface profiling systems, specifically air/surface-deployable profiling floats, for meteorological and oceanographic operations. These floats must meet stringent NAVOCEANO standards, including the ability to transmit encrypted data via Iridium Satellite communications, collect critical environmental data such as salinity, temperature, and pressure, and operate unattended for extensive profiling cycles. The contract will be structured as a Firm Fixed Price (FFP) multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a three-year ordering period, anticipated to commence on September 23, 2026, following an award around August 24, 2026. Interested vendors should ensure they are registered in the SAM database and may contact Borui Tang or Joseph Caltagirone for further information.

    Files
    Title
    Posted
    The Naval Oceanographic Office (NAVOCEANO) requires data-encrypted autonomous in-situ subsurface profiling systems, specifically air/surface-deployable profiling floats, for global meteorological and oceanographic operations. These floats must meet NAVOCEANO standards, transmit FIPS 140-# Level 1 encrypted data via Iridium Satellite communications over the DoD DISN EMSS, and be capable of air and surface deployment. Key requirements include collecting salinity, temperature, and pressure data, operating unattended for at least 120 profiles to 500 meters (or 200 profiles to 500 meters), and collecting data from multiple profiling cycles to at least 2,000 meters in less than 24 hours. The contract has a three-year ordering period. Contractors must provide GOTS software for data decoding, comply with cybersecurity policies, and offer a quality control plan. Technological advancements in float parts are encouraged, and a Technology Refresh Plan must be submitted annually.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RFI - Commercial Solutions Opening: Tactical Oceanography Supporting Full-Spectrum Undersea Warfare
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC), is seeking proposals for the Tactical Oceanography Supporting Full-Spectrum Undersea Warfare initiative, aimed at enhancing military capabilities through innovative prototyping efforts. This opportunity invites both traditional and nontraditional defense contractors to develop new environmental sensors and information systems that improve operator situational awareness and performance of existing undersea warfare systems. The anticipated funding for prototype projects may reach up to $20 million, with a competitive solicitation process expected to begin in mid-February 2026, and proposals due by February 6, 2026. Interested parties should direct inquiries to Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or call 401-832-5617 for further information.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    UPGRADE SENSOR ASSEMBLIES
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure engineering services to upgrade ten existing DT-705A sensor assemblies to the Low Noise product baseline. This procurement is critical as the DT-705A sensor assembly is uniquely suited to meet the form, fit, and function requirements of the existing platform infrastructure, and Falmouth Scientific Inc. is the sole source authorized to perform this upgrade due to proprietary rights over the necessary components. The contract is set for a firm fixed price with a performance period from January 16, 2026, to January 15, 2028, and interested parties may submit capability statements or proposals for consideration. For further inquiries, contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or by phone at 401-832-5265.
    Access to Global Trade Data Base
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center in Naples, Italy, is seeking sources for a Firm Fixed Price (FFP) contract to provide online access to a global trade database that offers highly accurate and detailed near real-time freight intelligence and commodity flow trade data. This procurement aims to support maritime domain awareness, anti-piracy efforts, and comprehensive analysis of civil maritime economic trade, with the database required to deliver visibility of traded cargoes, including type, quantity, and value, along with robust data extraction and reporting tools. Interested contractors are invited to submit a capability statement by January 12, 2026, detailing their data refresh rates, licensing models, and relevant experience, with the Request for Quote (RFQ) to be posted on SAM.gov. For further inquiries, contractors may contact Daniela Pollano at daniela.pollano.ln@us.navy.mil or David Biggs at david.a.biggs20.civ@us.navy.mil.
    Intelligence, Surveillance and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is issuing a Request for Proposal (RFP) for the development of Intelligence, Surveillance and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). The procurement aims to enhance the Navy's capabilities in developing and fielding ISR systems that ensure robust communication, surveillance, and security while addressing evolving technological threats. This initiative encompasses a wide range of services, including algorithm development, hardware and software development, systems engineering, and cybersecurity operations, with activities potentially conducted globally and onboard U.S. Coast Guard vessels. Interested firms should note that the solicitation will be available electronically via the PIEE solicitation module, and for inquiries, they can contact Carl Odom at carl.n.odom.civ@us.navy.mil or call 619-553-4454. The contract is expected to be awarded as multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over a seven-year ordering period.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Surface/Carrier Engineering Maintenance Assist Team (S/CEMAT)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the Surface/Carrier Engineering Maintenance Assist Team (S/CEMAT) to provide professional systems and equipment maintenance support for U.S. Navy Aircraft Carriers and Surface Ships. The contractor will be responsible for delivering engineering and technical support, including repairs and maintenance training for Ship’s Force equipment operators and maintenance technicians, with work expected to occur on naval vessels globally, including major locations such as Norfolk, VA, and Yokosuka, Japan. This contract, which will utilize Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) Contract Line Item Numbers (CLINs), is anticipated to be awarded in January 2026, with a five-year ordering period, and interested vendors are encouraged to submit a DD Form 2345 to receive further information. For inquiries, vendors may contact Sakeena Siddiqi at sakeena.siddiqi@navy.mil or Tyler Pacak at tyler.pacak@navy.mil.
    NOAA Ship Pisces requires Transducers to be replac
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotes from qualified small businesses for the replacement of transducers on the NOAA Ship Pisces, as part of a total small business set-aside contract. The procurement involves providing all necessary labor, equipment, and materials for the removal and replacement of the transducers at the Marine Operations Center in Norfolk, VA, with a performance period of 15 days following the start date. This contract is crucial for maintaining the operational capabilities of the ship, which plays a vital role in NOAA's marine and atmospheric research missions. Interested vendors must submit their quotes electronically to Christopher Baker at christopher.baker@noaa.gov by January 19, 2026, at 10:00 AM EDT, and are encouraged to attend a site visit on January 9 or January 12, 2026, to better understand the project requirements.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.