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 FLC 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 is an Unrestricted acquisition. Proposals are due by February 27, 2026, at 10:00 AM EST.
Scope of Work
The solicitation seeks air-rigged and air/surface-deployable profiling floats capable of collecting data on salinity, temperature, and pressure. Key requirements include:
- FIPS 140-# Level 1 encrypted data transmitted via Iridium satellite (SBD protocol) through the DoD DISN EMSS.
- Unattended operation for at least 120 profiles to a minimum depth of 500 meters, or 200 profiles to 500 meters.
- Capability to collect data from multiple profiling cycles to at least 2,000 meters in depth in less than 24 hours.
- 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 connecting floats to NAVOCEANO laptops and for deployment.
- Floats must be individually ballasted to user specifications.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ).
- Anticipated Awards: Up to five (5).
- Ordering Period: One (1) 3-year base ordering period.
- Contract Ceiling: $51,136,250.00.
- Minimum/Maximum Order: $10,000.00 / $51,136,250.00.
- Anticipated Award Date: On or about August 24, 2026.
- Anticipated Performance Start: September 23, 2026.
- Set-Aside: Unrestricted.
- NAICS Code: 334511, Size Standard: $14 million.
- Place of Performance: Stennis Space Center, MS 39522, United States.
- Proposal Due: February 27, 2026, 10:00 AM EST.
- Published Date: February 24, 2026.
Evaluation & Submission
Proposals will be evaluated using a 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) to be considered. Award will be made to offerors with the highest ratings and lowest prices representing the best value. Proposals must be submitted electronically.
Key Attachments & Notes
Bidders should review the Past Performance Report Form and Past Performance Information Form as past performance is a critical evaluation factor. The Seed DO Pricing attachment requires bidders to provide unit costs for profiling floats under small order and bulk pricing scenarios. The Contract Administration Plan (CAP) details government personnel roles, including the PCO, CAO, Ordering Officer, and COR.
Contact Information
For inquiries, contact Borui Tang at borui.z.tang.civ@us.navy.mil or 771-229-3612.