Data-encrypted Autonomous In-situ Subsurface Profiling Systems

SOL #: N0018926RL004Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR NORFOLK
NORFOLK, VA, 23511-3392, United States

Place of Performance

Stennis Space Center, MS

NAICS

Search (334511)

PSC

Geophysical Instruments (6655)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 6, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Mar 2, 2026, 3:00 PM

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 (FLC) Norfolk, is soliciting proposals for Data-encrypted Autonomous In-situ Subsurface Profiling Systems. This requirement supports the Naval Oceanographic Office (NAVOCEANO) in its global meteorological and oceanographic operations. The Government intends to award a multiple-award, Firm Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a three-year ordering period. Proposals are due by 10:00 AM EST on March 2, 2026.

Scope of Work

The contractor shall provide air-rigged and surface-deployable profiling floats capable of autonomous subsurface data collection. Key technical requirements include:

  • Data Collection: Measurement of salinity, temperature, and pressure.
  • Encryption & Comms: FIPS 140-# Level 1 data encryption and transmission via Iridium satellite (Short Burst Data) through the DoD DISN Enhanced Mobile Satellite Services (EMSS).
  • Performance: Ability to operate unattended for at least 120 profiles to 500 meters, with capabilities reaching 2,000 meters in depth. Systems must function in sea states 0 through 6.
  • Software: Provision of GOTS software compatible with Red Hat Enterprise 7 (or later) and compliance with DISA STIG and cybersecurity policies.
  • Logistics: Individual ballasting to specifications, technical documentation, and user-friendly software utilities for mission verification.

Contract & Timeline

  • Type: Multiple Award FFP IDIQ (Up to five awards anticipated).
  • Ceiling: $51,136,250.00.
  • Ordering Period: 3 years (Anticipated start: September 23, 2026).
  • Set-Aside: Unrestricted.
  • Place of Performance: Stennis Space Center, MS.

Evaluation

Selection will utilize a Tradeoff Source Selection process. Non-price factors are significantly more important than price. Evaluation factors include:

  1. Technical Submission (Minimum rating of 'Good' required).
  2. Past Performance (Minimum 'Satisfactory Confidence' required).
  3. Small Business Participation Plan (Minimum 'Acceptable' required).

Additional Notes

Amendment 02 extended the proposal deadline to March 2, 2026. Bidders must utilize the provided Past Performance Information and Report forms and submit pricing via the Seed DO Pricing spreadsheet.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Mar 2, 2026
View
Version 4Viewing
Solicitation
Posted: Feb 27, 2026
Version 3
Solicitation
Posted: Feb 24, 2026
View
Version 2
Solicitation
Posted: Jan 29, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 6, 2026
View