Engineering Support for Electro-Optic and Infrared Measurements and Simulations
ID: N0017325RGG03Type: 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; DEFENSE-RELATED ACTIVITIES; BASIC RESEARCH (AC31)

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 "Engineering Support for Electro-Optic and Infrared Measurements and Simulations" under solicitation number N0017325RGG03. This opportunity is a Total Small Business Set-Aside, requiring contractors to provide engineering support services, including labor, data, and reports, in compliance with the Statement of Work (SOW) for a four-year period starting February 1, 2025. The services are crucial for advancing defense-related research and development in EO/IR technologies. Interested contractors must ensure they are certified through the Defense Logistics Information Services’ Joint Certification Program (JCP) to access Controlled Unclassified Information (CUI) and submit their proposals by the specified deadlines, with inquiries directed to Gabrielle Giles at gabrielle.l.giles.civ@us.navy.mil or Rick Savelli at rick.n.savelli.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an unclassified Contract Security Classification Specification for a contract related to engineering support for Electro-Optical/Infrared (EO/IR) measurements and simulations at the Naval Research Laboratory (NRL). It outlines the security clearances required, noting that access to classified information, including Sensitive Compartmented Information (SCI), is necessary. The contract stipulates the handling and safeguarding requirements for classified and Controlled Unclassified Information (CUI), emphasizing the obligations of contractors regarding security practices and approval processes. The contractor must possess the requisite clearances and follow stringent protocols for accessing and handling SCI, NATO, and foreign government information. Additionally, it includes the need for Operations Security (OPSEC) training for personnel involved. The specifications also detail responsibilities for submitting visit requests, accountability for classified materials, and the implications of employing foreign nationals. This contract, identified as a follow-on from previous contracts, aims to address critical defense-related installations while maintaining regulatory compliance and safeguarding national security interests.
    The document outlines the requirements for on-site contractors engaged in the Engineering Support for EO/IR Measurements and Simulations at the Naval Research Laboratory (NRL). Key points include compliance with COVID-19 access protocols, including vaccination certification, formal entry procedures including security clearance, and adherence to safety regulations under OSHA. Contractors must manage hazardous materials properly, return all borrowed resources, and follow specific protocols for accident prevention, environmental management, and handling of explosive materials. The contract enforces strict procedures regarding training and safety compliance, particularly for personnel who will work with hazardous materials, engage in hot work, or operate weight handling equipment. Environmental considerations emphasize pollution prevention and ecological responsibility. Contractors also bear the responsibility for submitting regular updates to security and safety offices and ensuring that their employees are appropriately trained and certified. Overall, the document serves to establish a rigorous framework for contractor operations at NRL, ensuring safety, compliance, and environmental accountability in accordance with federal regulations.
    The government document outlines the personnel qualifications required for a federal contract, focusing on both key and non-key personnel. It establishes a minimum labor-level equivalency matrix, detailing the education and experience necessary for various labor categories, leveraging tables for clarity. Key personnel must possess advanced degrees and extensive experience in specific engineering roles, including electronics engineers, with additional security clearance requirements. Non-key personnel, such as program managers and engineers, have desired qualifications that the contractor should strive to meet, although specific resumes are not mandated. The qualifications include educational backgrounds, relevant work experience, and the necessity for certain clearances, emphasizing the importance of technical expertise and compliance within the Department of Defense context. This document serves as a guide for contractors responding to the RFP, ensuring that the personnel they assign fulfill the government's expectations for capabilities and security standards necessary for contract performance.
    The Naval Research Laboratory (NRL) seeks feedback through a Past Performance Questionnaire (PPQ) to assess a contractor's performance history, specifically regarding their technical, schedule, management, and cost performance. The questionnaire includes sections for contractor identification, evaluation ratings, performance assessments, and recommendations for future awards. Respondents are instructed to rate the contractor on various criteria, including their ability to meet technical requirements, adherence to schedule, cost management, and overall management performance. The document stresses the importance of providing justification for extreme ratings (either exceptional or unsatisfactory). Lastly, feedback should be submitted via email, with a deadline set for December 30, 2024. This assessment process is crucial for ensuring effective contractor selection for future federal contracts, aligning efforts with government objectives and expectations regarding performance standards.
    The document outlines the cost proposal format for solicitation number N0017325RGG03, emphasizing strict adherence to specified labor hours and other direct costs (ODCs) by the offeror. It details the requirements for prime contractors to propose all ODCs without assigning them to subcontractors. The format includes sections for listing direct and indirect labor costs, along with a breakdown of labor categories, clearance levels, total hours, and amounts for various employee roles. Key cost elements include direct labor costs for engineers and administrative support staff, as well as indirect labor rates for overhead, fringe benefits, and general and administrative costs. Additionally, it addresses travel and material costs, providing a plug for estimated expenses. The proposal also features sections for escalation analysis, pass-through analysis, and a summary of total costs, ensuring thorough transparency in cost calculations. This document serves as a critical framework for government contracting, providing both structure and requirements for submitting cost proposals in response to federal solicitations. Its focus on specific labor categories and rigorous calculation ensures accuracy in budgeting for government projects.
    The document is a proposal checklist for Solicitation No. N0017325RGG03, designed to assist Offerors in preparing their proposal submission for a federal government RFP. It emphasizes the Offeror’s responsibility to ensure compliance with all solicitation requirements. The checklist includes various sections outlining necessary documents and certifications, such as the Certification of Final Indirect Costs and Annual Representations and Certifications. Key components required in the Proposal include a cover letter, a technical proposal, past performance data, and a detailed cost/price proposal with supporting documentation on labor rates, financial capacity, and accounting system verification. Additionally, the checklist mandates the completion of specific forms and statements regarding compliance with all security requirements, proposal validity, and any exceptions to solicitation terms. This comprehensive checklist serves as a guide for prospective bidders to ensure thorough and accurate submissions, ultimately facilitating the proposal evaluation process. Adhering to these requirements is crucial for Offerors aiming to secure funding or contract awards under federal and local jurisdictions.
    The document is a Contract Data Requirements List (CDRL) detailing reporting requirements for multiple data items under a federal contract (N0017325CXXXX) managed by the Naval Research Laboratory (NRL). The primary focus is on specified documentation that contractors must provide, including a Funds and Labor Hour Expenditure Report, Scientific and Technical Reports, Technical Reports on studies/services, a Government Property Inventory Report, and a Software/Hardware Design Description. Each report's preparation is guided by relevant directives and must be submitted electronically to the Contractor Officer's Representative, Chris Dunay. Deadlines stipulate that reports are to be delivered monthly or as required, with specific timeline expectations for revisions and submissions to ensure compliance. The distribution is restricted to the Department of Defense and associated contractors for administrative use only. Overall, the document illustrates the structured approach the government takes to acquire and maintain oversight of contractor deliverables in research and development, ensuring accountability and transparency in using federal funds.
    This government file outlines a request for proposal (RFP) for "Engineering Support for EO/IR Measurements and Simulations," structured into multiple sections detailing procurement, service requirements, and performance expectations. It specifies a cost-plus-fixed-fee pricing arrangement for various labor and other direct costs (ODCs), including travel and equipment, for a four-year period starting from February 1, 2025. The contractor is tasked with providing labor, data, reports, and contractor-acquired property in compliance with the Statement of Work (SOW) outlined in the attachments. The document emphasizes delivery and performance protocols, detailing inspection and acceptance processes at the Naval Research Laboratory. Key personnel requirements, contractual terms, and organizational conflict of interest clauses are highlighted to ensure accountability and maintain the integrity of the work performed. The overall aim is to facilitate the procurement and management of engineering support services that meet the government’s technical and operational needs while adhering to established regulations and standards. This RFP represents a structured effort by the federal government to solicit expertise in EO/IR measurement and simulation, crucial for defense and research functions.
    The document, issued by Rick Savelli, a Contracting Officer, is dated December 6, 2024, indicating its relevance to federal procurement processes. It appears to outline the procedural steps for submitting proposals in response to government Requests for Proposals (RFPs) and grants. The key focus is on providing clear guidelines for potential contractors on eligibility, submission requirements, evaluation criteria, and compliance with regulations. Importance is emphasized on the adherence to deadlines and the completeness of proposals, which can significantly impact award decisions. It likely details the necessary documentation and formats expected in submissions to maximize the chances of securing federal support. The context suggests a structured approach to facilitate transparency and fairness in the allocation of government contracts and funding opportunities at both federal and state/local levels. This ensures that all interested parties are informed and have equal access to bidding opportunities, thus promoting competitive practices in public contracting.
    The document outlines a federal solicitation for "Engineering Support for EO/IR Measurements and Simulations," issued by the Naval Research Laboratory (NRL). The contract will span multiple years, beginning on February 1, 2025, and includes specified labor, direct costs, and required data and reports. The contractor will perform various tasks and must adhere to the guidelines outlined in the Statement of Work, with a pricing arrangement of "Cost Plus Fixed Fee" for most items. Inspection and acceptance of deliverables will occur at the NRL, with all shipping processes following standard packaging protocols. The solicitation emphasizes the importance of protecting proprietary information, mandates disclosure regarding potential organizational conflicts of interest, and requires compliance with standard operating procedures for government contracts. It also highlights the need for careful identification of key personnel assigned to the contract, ensuring their qualifications align with the required labor categories. This comprehensive framework is essential for maintaining transparency, accountability, and adherence to federal regulations throughout the contract duration.
    The RFP N0017325RGG03 Q&A addresses the process for obtaining Attachment 1 - Statement of Work (SOW) related to the RFP. Contractors interested in accessing this document must make requests through SAM.gov, ensuring they are certified via the Defense Logistics Information Services’ (DLIS) Joint Certification Program (JCP) to access Controlled Unclassified Information (CUI) or Export Controlled information. The JCP is crucial for verifying contractor eligibility, and contractors should refer to the DLA website for specific guidelines regarding registration. Once a contractor is in the JCP database, they can request access to Attachment 1 - SOW, with the government confirming active registration before granting access. Overall, the communication underscores the importance of regulatory compliance and proper certification in the government contracting process.
    The document addresses inquiries related to RFP N0017325RGG03, focusing on the process for accessing the Statement of Work (Attachment 1 - SOW) and the timeline for proposal submission. Contractors must request access to the SOW through the SAM.gov platform and be certified via the Defense Logistics Information Services’ Joint Certification Program (JCP) to handle Controlled Unclassified Information (CUI). The anticipated award date has been clarified as February 1, 2025, which corrects an earlier error. The government has decided against extending the proposal submission deadline due to the urgency linked to the expiration of a related task order on January 31, 2025. Offerors are advised to mark any proposal components containing CUI clearly and may request a secure transmission link for their submissions. This document outlines critical procedural elements for potential contractors navigating the RFP process, ensuring compliance and timely submission of proposals in a regulated environment.
    Similar Opportunities
    EOC 4
    Buyer not available
    The Department of Defense, specifically the Office of Naval Research, is soliciting proposals for the management and operation of the Electro Optics Center of Excellence IV (EOC 4), with a total contract ceiling of $99 million. The primary objective is to advance manufacturing technologies that support U.S. Navy objectives, focusing on electro-optic manufacturing technologies to enhance naval platforms and systems while ensuring compliance with cybersecurity protocols and NIST standards. This initiative is critical for improving manufacturing efficiency and reducing costs within the defense sector, reflecting the Navy's commitment to leveraging advanced technologies for operational capabilities. Interested parties should contact Ellen C. Reed at ellen.c.reed.civ@us.navy.mil or Miranda Fleck at miranda.g.fleck.civ@us.navy.mil for further details, with the contract expected to run from May 2025 to May 2035.
    Anti - Reflection Device, Optical Instrument
    Buyer not available
    The Defense Logistics Agency (DLA) Land and Maritime is seeking proposals for the procurement of an Anti-Reflection Device for Optical Instruments, identified by National Stock Number (NSN) 6650-01-479-5386. This contract aims to provide stock replenishment coverage in support of military depots, with a required delivery timeframe of 220 days, or 160 days with a First Article Test (FAT) waiver. The contract will be a Fixed Price, Indefinite Delivery Contract (IDC) with a base period of three years and two optional one-year extensions, totaling a maximum duration of five years. Interested small businesses must submit proposals electronically by the specified deadline, with the solicitation expected to be available on February 18, 2025, under solicitation number SPE7LX25RX002. For further inquiries, potential bidders can contact Brandan G. Litman at Brandan.Litman@dla.mil or Kristina Wolf at Kristina.Wolf@dla.mil.
    Fiber Optic Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of fiber optic supply kits and associated tools. The solicitation, identified by number N0017825Q6717, outlines the need for various items including tool kits, cleaning swabs, fiber optic cables, and connectors, all intended to enhance the Navy's operational capabilities. This procurement is crucial for maintaining and upgrading fiber optic systems, which are vital for effective communication and data transfer within military operations. Proposals are due by 12:00 PM on March 11, 2025, and interested parties can contact James Embrey at james.d.embrey3.civ@us.navy.mil or by phone at 540-498-5241 for further information.
    ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services. The primary objective of this procurement is to enhance flight-line readiness within the Naval Aviation Enterprise through comprehensive maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers located in the U.S. and Japan. This initiative is crucial for sustaining naval aviation operations, ensuring high operational standards, and compliance with Department of Defense requirements. Interested small businesses are encouraged to respond to this Sources Sought notice, with a total contract value anticipated to be around $474 million, and the RFP is expected to be released in early 2025. For further inquiries, interested parties may contact Sarah Metcalf at sarah.e.metcalf2.civ@us.navy.mil or Beverly Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil.
    SANTA BARBARA INFRARED INTEGRATING SPHERE AND INTERFACE BOX
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking proposals for the procurement of an Infrared Integrating Sphere and Interface Box. This equipment is crucial for applications related to search, detection, navigation, guidance, and other aeronautical and nautical systems, falling under the NAICS code 334511 and PSC code 5855, which pertains to night vision equipment. The successful contractor will provide essential components that enhance the capabilities of military systems, ensuring operational effectiveness in various defense scenarios. Interested vendors should reach out to Danielle Richardson at danielle.n.richardson12.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil for further details regarding the solicitation process.
    RFP for AARDT and E Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is soliciting proposals for the AARDT and E Support Services under a total small business set-aside. This procurement aims to secure research and development services in the physical, engineering, and life sciences sectors, excluding nanotechnology and biotechnology, which are critical for advancing national defense capabilities. The selected contractor will be responsible for providing experimental development services that support military objectives. Interested parties should reach out to Chanmee Chung at chanmee.chung.civ@us.navy.mil or call 240-496-8055 for further details regarding the solicitation process.
    SENSOR,ELECTO-OPTIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of electro-optic sensors. These sensors are critical components used in various defense applications, particularly in search, detection, navigation, and guidance systems. The procurement falls under the NAICS code 334511, which encompasses the manufacturing of aeronautical and nautical systems and instruments, and is classified under the PSC code 5865 for electronic countermeasures and related equipment. Interested vendors can reach out to John McCarry at 215-737-3416 or via email at JOHN.MCCARRY@DLA.MIL for further details regarding the solicitation process.
    58--MOD,HPOI RDU B1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 85 units of the MOD,HPOI RDU B1, which involves electronic countermeasures and related equipment. This contract is critical for enhancing the capabilities of search, detection, navigation, and guidance systems, which are vital for national defense operations. Interested contractors must submit their proposals by 4:30 PM Eastern Time on January 13, 2025, and are encouraged to address any questions by one week prior to the submission deadline. For further inquiries, potential bidders can contact Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    SOLE SOURCE – ANYSYS ZEMAX OPTIC ENTERPRISE SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS ZEMAX Optic Studio Enterprise Lease Software under a sole source contract. This procurement aims to provide essential software licensing for optical design and analysis, which is critical for various defense applications. The contract is structured as an unrestricted opportunity under NAICS code 513210, emphasizing the government's commitment to engaging small businesses, particularly Women-Owned Small Businesses (WOSBs). Interested parties can reach out to Danielle Richardson at danielle.n.richardson12.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil for inquiries, with a delivery deadline set for April 11, 2025.
    Astronomy and Physics Analysis Tool Developer
    Buyer not available
    The Department of Defense, specifically the Naval Supply Center (NAVSUP) Fleet Logistics Center Norfolk, is seeking potential vendors for the development of an Astronomy and Physics Analysis Tool. This opportunity aims to identify qualified contractors who can provide network engineering services and support the modernization of scientific software applications critical for the United States Naval Observatory (USNO). The initiative is essential for enhancing the accuracy of time and astrometry data used for navigation by the Department of Defense, with a focus on modern development practices, including containerization and security compliance. Interested parties must submit their written responses, including business size and capability statements, to Mrs. Jordan Walton at jordan.l.walton.civ@us.navy.mil by March 14, 2025, as this is a Sources Sought announcement intended for market research purposes only.