NAVY Awards Applied Physics Laboratory $101.3M IDIQ Contract For Research and Development Programs

Applied Physics Laboratory, University of Washington, Seattle, Washington, is awarded a $101,353,724 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research, development, engineering, and test and evaluation for programs throughout the Department of Defense (DOD) within its approved core competency areas including (1) experimental oceanography; (2) acoustic propagation; (3) underwater instrumentation and equipment; (4) marine corrosion; (5) acoustic and related systems; (6) simulations and signal processing; and (7) mission-related and public service-oriented research and development. This contract includes options which, if exercised, would bring the cumulative value of this contract to $218,818,971. Work will be performed in Seattle, Washington, and is expected to be completed by October 2025. If all options are exercised, work will continue through October 2030. No funds will be obligated at contract award. Funds of multiple different appropriation types and years from program offices and agencies throughout the DOD may be obligated on individual task orders for efforts that fall within the core competency areas. This sole-source award was made pursuant to 10 U.S. Code 2304 (c) (3), as implemented in Federal Acquisition Regulations 6.302-3; industrial mobilization; engineering, developmental, or research capability; or expert services. The capabilities developed and provided by Applied Physics Laboratory, University of Washington, within the DOD approved core competencies are determined to be essential to support a variety of DOD programs managed by different technical sponsor organizations. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-D-6400).

Today’s APL-UW offers unique expertise and continuing leadership in six core areas: Acoustic and Remote Sensing, Ocean Physics and Engineering, Medical and Industrial Ultrasound, Polar Science and Logistics, Environmental and Information Systems, and Electronic and Photonic Systems. The Laboratory can respond successfully to short- and long-term needs for both national defense and non-defense research.  (www.apl.uw.edu)

Sources Sought: A/E Services to Support the Environmental Restoration Program

The U.S. Army Corps of Engineers (USACE), Mobile District, anticipates a future Indefinite Delivery/Indefinite Quantity (IDIQ) procurement to acquire Architect-Engineer (AE) Services under individual task orders for Mobile District’s Environmental Restoration Program, specifically complex Hazardous, Toxic, and Radioactive Waste (HTRW) projects. AE services will be performed for partners of the Mobile District on the various military, federal, and other installations primarily within the District’s Area of Responsibility (AOR) and SAD’s AOR. This contract is anticipated to be $99,000,000 in total capacity.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C211 – ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Mobile, AL 36602 USA

Full details via beta.sam.gov


GovCon Giants Check out our RESOURCES page for a sample letter that we use in response to government market research.

RFI: Software Development Programs and IT Services

The Naval Air Warfare Center, Weapons Division intends to award a contract to Stauder Technologies for the development and delivery of upgrades to the proprietary software Joint Effects and Coordination Link (JECL) and mobileJECL for the purposes of connecting Digital Imagery Exploitation Engine (DIEE) and the Kinetic Integrated Lightweight Software Individual Tactical combat Handheld (KILSWITCH) applications with customers’ requirements for different messaging formats.  Included will be support services for JECL and mobileJECL executable services and mobileJECL Android-Precision Assault Strike Suite (A-PASS) Plugin executable and source code, updated as necessary to encompass customer requirements.  DIEE and KILSWITCH will not interact with all customer messaging formats without the use of JECL or mobileJECL and each message format may require modification to ensure proper interaction.  Local and/or remote testing at China Lake, CA (or another approved facility) may be required.

REQUIRED CAPABILITIES: This notice of intent is not a request for competitive proposals; however, any firms believing that they can fulfill the requirement may submit a written response to be received at the contracting office no later than 15 days after the date of publication of this notice, clearly showing its ability to do so without causing programmatic hardship or duplication of cost to the Government. Responses to this sources sought shall be submitted to the contracting office and reference solicitation number N68936-19-R-0053  All responsible sources may submit a capability statement, which shall be considered by the agency. Responses and requests shall be submitted by email to john.faria@navy.mil or to Commander, Code 254100D (J. FARIA), NAVAIR WD, 1 Administration Circle, Bldg. 2334, STOP 1303, China Lake, CA 93555-6100.

  • Product Service Code: 7030 – INFORMATION TECHNOLOGY SOFTWARE
  • NAICS Code: 541511 – Custom Computer Programming Services
  • Place of Performance: USA
  • Updated Response Date: Sep 23, 2020 03:00 pm PDT

Full details via beta.sam.gov


GovCon Logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

Sources Sought: Technology Insertion (TI) for High Performance Computing Modernization Program (HPCMP)

The Government is seeking qualified vendors for Technology Insertion to provide supercomputers for its ongoing High Performance Computing Modernization Program (HPCMP) support.

This is a SOURCES SOUGHT notice.  The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) code 334111 “Electronic Computer Manufacturing” for technology insertion.  The small business size standard is 1,250 employees.  This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL nor does it restrict the Government as to the ultimate acquisition approach.

Responses are to be returned via email to the Contracting Officer, LaShonda Smith at lashonda.c.smith@usace.army.mil, and Contract Specialist, Thomas Corum at thomas.corum@usace.army.mil.  All responses are to be received No Later Than 12:00 Noon Central Standard Time, Monday, 21 September 2020.

  • Product Service Code: 7021 – INFORMATION TECHNOLOGY CENTRAL PROCESSING UNIT (CPU, COMPUTER), DIGITAL
  • NAICS Code: 334111 – Electronic Computer Manufacturing
  • Place of Performance: USA

Full details via beta.sam.gov


GovCon Giants Check out our RESOURCES page for a sample letter that we use in response to government market research.

Network Analysis and Reporting Program (NARP)

STATEMENT OF NEED:

The objective of the FirstNet Network Analysis and Reporting Program (NARP) is to gather, process, analyze and report wireless broadband network coverage and performance data for the FirstNet Authority Nationwide Public Safety Broadband Network (NPSBN).

[jetpack_subscription_form]

This site is protected by reCAPTCHA and Google Privacy Policy and Terms of Service apply.

The NARP requires sufficient pseudo-random outdoor data collection and sampling in each state, DC and Puerto Rico in order to properly characterize the NPSBN at the state and nationwide level. The sampling in each state and territory shall include rural and non-rural morphologies.  In addition to the pseudo-random testing for each state and territory, in-building measurements of wireless broadband network coverage, including Wi-Fi measurements when available, are also required in each state and territory, as well as post-processing and analyses of the collected data.

The wireless broadband network coverage verification and validation process and methodology should adhere to the current contractual definition of coverage for the NPSBN: persistent and temporary coverage is defined as a Long Term Evolution (LTE) Band 14 network capable of providing cell edge data rates of 256 kbps uplink (UL) and 768 kbps downlink (DL) measured from outdoor stationary User Equipment at (3) feet from the ground level with a 95 percent confidence margin for the cell area with a uniform cell load of 50% for the DL and UL.

SUBMISSIONS AND FORMAT OF RESPONSES:

All interested parties who believe they are able to meet the requirements are invited to provide a written response in accordance with the submission instructions identified herein.

Responses shall include the name and telephone number of the point of contact having authority and knowledge to discuss responses with Government representatives.  RFI responses shall be sent to the Point of Contact at following email address: Kimberly.Choplin@FirstNet.gov.  All emails shall include in the subject line the RFI title and the submitting organization’s name.

Responses are due in writing, via email, no later than 2:00 p.m. ET, Monday, August 31, 2020

Full details HERE.

📌 Check out our RESOURCES page for a sample letter that we use in response to government market research.