Data-encrypted Autonomous In-situ Subsurface Profiling Systems
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, through NAVSUP FLC Norfolk, is soliciting proposals for Data-encrypted Autonomous In-situ Subsurface Profiling Systems. This UNRESTRICTED opportunity seeks to establish a Firm Fixed-Price (FFP), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to procure advanced profiling floats for the Naval Oceanographic Office (NAVOCEANO). These systems will support global meteorological and oceanographic operations. Proposals are due March 4, 2026, at 11:00 AM EST.
Scope of Work
The requirement is for air-deployable and surface-deployable profiling floats capable of collecting salinity, temperature, and pressure data. Key technical specifications include:
- Data Encryption: FIPS 140-# Level 1 encrypted, transmitted via Iridium satellite (Short Burst Data - SBD) through the DoD DISN Enhanced Mobile Satellite Services (EMSS).
- Operational Capability: Unattended operation for at least 120 profiles to 500 meters (or 200 profiles to 500m), and multiple profiling cycles to 2,000 meters in less than 24 hours.
- Environmental Resilience: Support in-water operations from sea state 0 through sea state 6.
- Software & Documentation: Contractor must provide software/program code updates (GOTS, Red Hat Enterprise 7+ compatible, DISA STIG compliant), technical specifications, ballasting details, user guides, and a basic user-friendly software utility.
- Data Standards: Data must meet NAVOCEANO ingest standards, with CTD sensor sampling at least once every 2 seconds and temperature resolution of at least 0.1 degrees.
- Security: The contract is CUI; contractor personnel do not require access to classified information or U.S. Government IT systems.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price (FFP), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ).
- Anticipated Awards: Up to five (5).
- Ordering Period: 3 years from the contract effective date.
- Contract Ceiling: $51,136,250.00.
- Minimum/Maximum Order: $10,000.00 / $51,136,250.00.
- Anticipated PoP: September 23, 2026, to September 22, 2029.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 334511, Size Standard: $14 million.
- Place of Performance: Stennis Space Center, MS.
Submission & Evaluation
- Proposal Due: March 4, 2026, at 11:00 AM EST.
- Submission: Electronically.
- Evaluation: Tradeoff Source Selection process. Non-Price Proposal factors (Technical Submission, Past Performance, Small Business Participation Plan) are significantly more important than Price. Offerors must meet minimum ratings (Good or higher for Technical, Satisfactory Confidence or higher for Past Performance, Acceptable or higher for Small Business Plan) to be considered. Award will be made to offerors representing the best value.
- Mandatory Requirements: Acquisition is subject to the Buy American Act. Offerors must complete FAR 52.225-18 and DFARS 252.225-7000.
Key Attachments
Bidders should review the Statement of Work (SOW), Seed DO Pricing sheet, Contract Administration Plan, Past Performance Information Form, and Past Performance Report Form.