Skip to main content

An official website of the United States government

You have 2 new alerts

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

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Sep 11, 2023 04:16 pm CDT
  • Original Response Date: Sep 18, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 03, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Washington , DC 20375
    USA

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

Contact Information

Primary Point of Contact

Secondary Point of Contact

History