Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2023 SAM #7960
SOLICITATION NOTICE

A -- Development, Testing and Assessment of Electro-Optic/Infrared(EO/IR) Advanced Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Technologies

Notice Date
9/11/2023 2:16:26 PM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N00173-23-R-EN05
 
Response Due
9/18/2023 1:00:00 PM
 
Archive Date
10/03/2023
 
Point of Contact
Erica Turner, Phone: 2029231399, MICHAEL REINERS, Phone: 2027672372
 
E-Mail Address
erica.turner@nrl.navy.mil, Michael.reiners@nrl.navy.mil
(erica.turner@nrl.navy.mil, Michael.reiners@nrl.navy.mil)
 
Description
In accordance with FAR 5.203(a), this pre-solicitation notice provides at least 15 days notification that the U.S. Naval Research Laboratory (NRL) intends to issue a solicitation for the requirement entitled, �Development, Testing and Assessment of Electro-optic/Infrared (EO/IR) Advanced Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Technologies�.��A Cost-Plus-Fixed-Fee (CPFF) Contract is anticipated. NRL, Optical Science Division Code 5600, carries out a variety of research, development, and application-oriented activities in the generation, propagation, detection, and use of radiation in the wavelength region between near-ultraviolet and far-infrared wavelengths. Under the current contract, Code 5600 developed and demonstrated prototype systems employing state-of-the-art sensor technology for the use in aerial, shipboard, and ground-based intelligence, surveillance and reconnaissance (ISR) platforms.� The prototypes have been employed and integrated into other systems to provide visible, electro-optic/infrared (VIS/EO/IR) advanced ISR systems and technologies.� Although, the prototypes have been developed, continued performance for research and development (R&D) for electronic systems and embedded software to facilitate the operation and optimum use of VIS/EO/IR/ISR is required.� VIS/EO/IR/ISR is critical in supporting the following high visible NRL programs: ����������� Shipboard Panoramic Electro-Optic/Infrared (SPEIR) Program of Record (PoR), ����������� Maui Hyperspectral Imagery System ����������� Rapid Large Area Clearance System (RLAC) Joint Capability Technology�Demonstration (JCTD) ����������� High Roller PoR transition, ����������� Low Cost Unmanned Aerial Vehicle (UAV) Swarming Technology (LOCUST) ����������� ANGEL Fire and Dual-band Wide-Area Persistent Surveillance (DB-WAPSS) In addition, the use of optical technology in areas such as materials development, information processing, bio-engineering, and communications may also be explored.� Continued implementation of VIS/EO/IR technologies to support ISR is being performed to provide critical warfighting capability. The period of performance is for a 12-month base year and four 12-month option years.� In addition, one 6-month will be considered if the Government requires continued performance of the required service. Work is to be performed on-site at the Naval Research Laboratory, Washington, D.C. and other Government facilities as required. Anticipated Request for Proposal (RFP) Release Date is estimated to be on or before: �22 September 2023. The NAICS Code and Size Standard are 541715 and 1000 employees, respectively. All responsible sources may submit a proposal which shall be considered by the agency. The Government does not intend to acquire a commercial item using FAR Part 12. This acquisition is full and open competition. If a solicitation is released, then it and any additional documents will be available on www.sam.gov.� It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). �Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email:� Contracting Officer, Michael D. Reiners at michael.reiners@nrl.navy.mil or Contract Specialist, Erica N. Turner at erica.turner@nrl.anvy.mil not later than 18 Sep 2023 at 3:00 PM CST. �Telephone questions will not be accepted. The incumbent contractor is: DCS Corporation 6909 Metro Park Drive, Suite 500 Alexandria, VA 22310-3273
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d28d4b58fa5a42d4a71e4388fd6509a5/view)
 
Place of Performance
Address: Washington, DC 20375, USA
Zip Code: 20375
Country: USA
 
Record
SN06825832-F 20230913/230911230100 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.