ContractSolicitation

Data-encrypted Autonomous In-situ Subsurface Profiling Systems

DEPT OF DEFENSE N0018926RL004
Response Deadline
Mar 4, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for the procurement of Data-encrypted Autonomous In-situ Subsurface Profiling Systems under a Firm Fixed Price (FFP), multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The contract aims to secure these advanced geophysical instruments, which are critical for navigation and detection applications, with a base ordering period of three years anticipated to commence on September 23, 2026. Interested offerors must adhere to the Buy America Act and submit proposals that will be evaluated based on both technical and price factors, with a focus on achieving satisfactory ratings in past performance and small business participation. Proposals are due by March 4, 2026, and interested parties can contact Borui Tang at borui.z.tang.civ@us.navy.mil or Joseph Caltagirone at JOSEPH.P.CALTAGIRONE3.CIV@US.NAVY.MIL for further information.

Classification Codes

NAICS Code
334511
Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
PSC Code
6655
GEOPHYSICAL INSTRUMENTS

Solicitation Documents

11 Files
1.05 SOW_Profile Floats.pdf
PDF147 KBJan 6, 2026
AI Summary
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.
Solicitation - N0018926RL004.pdf
PDF1925 KBMar 2, 2026
AI Summary
This government solicitation, N0018926RL004, is for Women-Owned Small Businesses (WOSB) and focuses on the procurement of
2.02 b Attachment 2_CAP_FFP_Indefinite_Delivery.pdf
PDF83 KBMar 2, 2026
AI Summary
This government file outlines the Contract Administration Plan (CAP) for fixed-price, indefinite delivery contracts, detailing the responsibilities of various key roles to ensure efficient contract administration. The Procuring Contract Office (PCO) handles pre-award duties, contract changes, and Freedom of Information inquiries. The Contract Administration Office (CAO) manages matters specified in FAR 42.302, while the paying office processes invoices. The Ordering Officer is responsible for evaluating proposals, obligating funds, authorizing performance, and monitoring costs for task orders. The Contracting Officer's Representative (COR) serves as the primary technical interface, monitoring contractor performance, conducting quality assurance, reviewing invoices, and preparing performance reports. The COR is explicitly prohibited from modifying contract terms or instructing contractors on performance methods. If appointed, the Technical Assistant (TA) provides routine administrative and monitoring support to the COR, assisting with deficiency identification, deliverable review, and invoice recommendations, but lacks authority for technical direction. This plan emphasizes clear delineation of duties to maintain contract integrity and compliance.
2.02 d Attachment 4_Past_Performance_Report_Form.docx
Word20 KBFeb 27, 2026
AI Summary
The N0018926RL004 form is a Past Performance Report used by the NAVSUP Fleet Logistics Center Norfolk (FLCN) to evaluate contractor performance on previous contracts. This evaluation is critical for assessing a contractor's probability of successfully accomplishing future government work. The form requests detailed information about the requesting company and the completed contract, including contract number, amount, type, and period of performance. It also gathers information about the entity completing the form. Key evaluation areas include quality and meeting contract requirements (customer satisfaction, rework, innovative applications), timeliness (delivery schedules, submission of information and invoices), and contractor responsiveness (problem resolution, cost control). The form also asks for overall strengths and weaknesses, satisfaction with past performance, willingness to re-hire the contractor, and awareness of similar past efforts. It explicitly states that the form should not be returned to the contractor who originated the request.
2.02 a Attachment 1_ Seed_DO_Pricing.xlsx
Excel10 KBMar 2, 2026
AI Summary
This document is a Delivery Order Request for Proposal (RFP) specifically for pricing profiling floats. It details a price proposal section where vendors are asked to provide unit costs for two quantities: a small order of 2 profiling floats and a bulk order of 100 profiling floats. The total cost for each quantity is automatically calculated once the unit cost is entered by the bidder. The primary purpose of this RFP is to solicit pricing information for these specific items, indicating it is part of a procurement process to acquire profiling floats for a government entity.
2.02 c Attachment 3_Past_Performance_Information_Form.docx
Word13 KBMar 2, 2026
AI Summary
The "Past Performance Information Form" is a crucial document for government solicitations, enabling offerors to detail their relevant contract experience. It requires comprehensive information, including the offeror's name, contract identifiers, customer details, and points of contact. Financial data, such as total dollar value broken into annual increments and estimated versus actual order amounts for ordering vehicles, must be provided. The form also requests the period of performance, average number of personnel, and a detailed description of the work performed, emphasizing its relevance to the solicitation's scope. For helpdesk services, specifics like user population, trouble tickets processed, and average turnaround time are necessary. Finally, it requires details on any subcontractors utilized, including their work description and annual dollar value, ensuring a complete overview of past performance for evaluation.
2.06 Solicitation Amendment N0018926RL0040001 SF 30.pdf
PDF576 KBMar 2, 2026
AI Summary
This government document, an amendment to solicitation number N0018926RL004, formally extends the closing date for offers from February 25, 2026, to February 27, 2026, at 10:00 AM EST. All other terms and conditions of the original solicitation remain unchanged. The amendment outlines the methods for offerors to acknowledge receipt, including completing specific items on the form, acknowledging on each offer copy, or sending a separate communication. It also specifies procedures for changing an already submitted offer due to this amendment. The document provides details for both amendments of solicitations and modifications of contracts/orders, emphasizing the administrative nature of this change. The issuing office is NAVSUP FLT LOG CTR NORFOLK.
2.06 Solicitation Amendment N0018926RL0040002 SF 30.pdf
PDF576 KBMar 2, 2026
AI Summary
This amendment, N0018926RL0040002, extends the solicitation due date for offer submissions from February 27, 2026, to March 2, 2026, at 10:00 AM EST. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods, such as completing items 8 and 15 on the amendment form, acknowledging it on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the revised due date may result in the rejection of the offer. Changes to already submitted offers can be made via letter or electronic communication, provided they reference the solicitation and amendment and are received before the new opening hour and date.
2.06 Solicitation Amendment N0018926RL0040003 SF 30.pdf
PDF625 KBMar 2, 2026
AI Summary
This government file is an amendment to solicitation N0018926RL004, updating the acquisition to be subject to the Buy America Act. Offerors must complete FAR 52.225-18 and DFARS 252.225-7000 certifications. The solicitation due date is extended from March 2, 2026, 10:00 AM EST, to March 4, 2026, 11:00 AM EST. The government intends to award up to five Firm-Fixed-Price (FFP), multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. Proposals will be evaluated based on Non-Price (Technical Submission, Past Performance, Small Business Participation Plan) and Price factors, with Non-Price being significantly more important. Technical submissions are limited to 12 pages, past performance to 12 pages, while Small Business Participation Plans, Price Proposals, and Small Business Subcontracting Plans (for large businesses) have no page limits but are strictly limited to their respective information. Offerors must receive a “Good” or higher for Technical, “Satisfactory Confidence” or higher for Past Performance, and “Acceptable” or higher for Small Business Participation to be considered awardable. All other terms and conditions remain unchanged.
2.02 d Attachment 4_Past_Performance_Report_Form_Amend 03.docx
Word20 KBMar 2, 2026
AI Summary
The N0018926RL004 form is a Past Performance Report used by the U.S. Naval Supply System (NAVSUP) Fleet Logistics Center Norfolk (FLCN) to evaluate a contractor's past performance for future contract awards. This form is to be completed by a requester's agency or company, not the contractor, and returned by March 4, 2026. It gathers information on customer satisfaction, rework instances, innovative work, adherence to schedules, responsiveness to concerns, problem resolution, and cost control. The report also solicits overall strengths and weaknesses, satisfaction with past awards, willingness to rehire the contractor, and awareness of similar past efforts. Contact information for the requester and the evaluator is required, ensuring a comprehensive assessment of the contractor's performance.
2.02 d Attachment 4_Past_Performance_Report_Form_Amend 02.docx
Word20 KBMar 2, 2026
AI Summary
The N0018926RL004 form is a Past Performance Report Form used by the U.S. Naval Supply System (NAVSUP) Fleet Logistics Center Norfolk (FLCN) to evaluate contractor performance on previous contracts. This evaluation helps determine the likelihood of successful accomplishment of future government work. The form requires detailed information about the requesting company and the entity completing the questionnaire. It assesses quality in meeting contract requirements, timeliness of delivery and submissions, and contractor responsiveness in addressing concerns, resolving problems, and controlling costs. The form also asks for overall strengths and weaknesses, satisfaction with past awards, willingness to rehire the contractor, and awareness of similar past efforts. The completed form is due by March 2, 2026, and must be returned directly to NAVSUP FLCN, not the originating contractor.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 6, 2026
amendedAmendment #1Feb 24, 2026
amendedAmendment #2Feb 27, 2026
amendedLatest AmendmentMar 2, 2026
deadlineResponse DeadlineMar 4, 2026
expiryArchive DateMar 19, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLT LOG CTR NORFOLK

Point of Contact

Place of Performance

Stennis Space Center, Mississippi, UNITED STATES

Official Sources