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, NAVSUP Fleet Logistic Center Norfolk, intends to award a Firm Fixed Price (FFP), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Data-encrypted Autonomous In-situ Subsurface Profiling Systems. These systems are required by the Naval Oceanographic Office (NAVOCEANO) to support global meteorological and oceanographic operations. This acquisition is UNRESTRICTED. Proposals are due by 10:00 AM EST on February 25, 2026.
Scope of Work
This opportunity seeks air-rigged and air/surface-deployable profiling floats capable of collecting salinity, temperature, and pressure data. Key requirements include:
- FIPS 140-# Level 1 encrypted data transmitted via Iridium satellite Short Burst Data (SBD) protocol using the DoD DISN Enhanced Mobile Satellite Services (EMSS).
- Operation unattended for at least 120 profiles to a minimum depth of 500 meters (or 200 profiles to 500 meters).
- Capability to collect data at rates of at least once every 2 seconds with a temperature resolution of at least 0.1 degrees.
- Support for in-water operations from sea state 0 through sea state 6.
- Provision of software and program code updates (GOTS compatible with Red Hat Enterprise 7+ Linux, DISA STIG compliant), digital documentation, and a user-friendly software utility for mission parameter verification.
- Necessary accessories for connection to NAVOCEANO laptops and deployment preparation.
Contract Details
- Type: Firm Fixed-Price (FFP), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ).
- Awards: Up to five (5) awards are anticipated.
- Ordering Period: 3 years from the contract effective date.
- Contract Ceiling: $51,136,250.00.
- Minimum Order: $10,000.00.
- Maximum Order: $51,136,250.00.
- Period of Performance: Anticipated from September 23, 2026, to September 22, 2029.
- Place of Performance: Stennis Space Center, MS.
Submission & Evaluation
- Proposals Due: February 25, 2026, 10:00 AM EST, submitted 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 achieve minimum ratings for Factor I (Good or higher), Factor II (Satisfactory Confidence or higher), and Factor III (Acceptable or higher).
- Award will be made to offerors representing the best value, considering highest ratings and lowest prices.
Eligibility & Notes
- Set-Aside: UNRESTRICTED.
- NAICS Code: 334511 (Geophysical Instruments), Size Standard: $14 million.
- Attachments include Seed DO Pricing, Contract Administration Plan, Past Performance Information Form, and Past Performance Report Form. Bidders must complete the Past Performance Information Form to document relevant contract experience. The Seed DO Pricing sheet requires unit costs for profiling floats under small and bulk order scenarios.
- The Contracting Officer's Representative (COR) will be the primary interface for technical matters, but only the Procuring Contract Office (PCO) or Contract Administration Office (CAO) can authorize contractual changes.