SOURCES SOUGHT
R -- Engineering Technical Support Services
- Notice Date
- 3/5/2026 2:24:54 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
- ZIP Code
- 20375-5328
- Solicitation Number
- N00173-26-RFI-EN02
- Response Due
- 3/20/2026 2:00:00 PM
- Archive Date
- 04/04/2026
- Point of Contact
- Erica N Turner, Phone: 2029231399, Richard Waterstreet, Phone: 2029231547
- E-Mail Address
-
erica.n.turner9.civ@us.navy.mil, richard.j.waterstreet2.civ@us.navy.mil
(erica.n.turner9.civ@us.navy.mil, richard.j.waterstreet2.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is not a request for proposals. Phone solicitations or emails regarding the status of this sources sought will receive no response. This is a Request for Information (RFI)/ Source Sought (SS) notice pursuant to Federal Acquisition Regulation (FAR) 15.201(e). The Government does not intend to award a contract on the basis of this notice or to pay for any information provided by industry, except as an allowable cost under other currently awarded contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although ""proposal"" and ""offeror"" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. Objective: The U.S. Naval Research Laboratory (NRL) is searching for potential sources with the capability to perform the service set forth in the attached draft Statement of Work (SOW) entitled �Design, Development, Implementation, and Maintenance of Special Research and Development and Associated Support Equipment� for the NRL for Naval Center for Space Technology, Space Systems Development Division. NRL Pomonkey Facility, along with its associated Outside Continental United States (OCONUS) facility, has a requirement to procure engineering and technical support services for research and development equipment support. The required services include hardware design, development, system upgrades, implementation, maintenance, and the preparation of technical documentation for the special research and development equipment. NRL has a long-standing requirement to procure engineering technical support services for specialized research and development assets located at the Pomonkey Field Site and an associated OCONUS facility. The contractor shall provide engineering and technical support services including: � Hardware design � System development and upgrades � Equipment implementation � Maintenance and sustainment support � Technical documentation The specialized equipment supported under this effort includes: Parabolic antenna systems ranging from 1 meter to 30 meters Radio frequency (RF) subsystems operating between 10 MHz and 31,000 MHz Copper and fiber RF and network transmission infrastructure Site-wide telecommunications and video systems Technical systems climate control systems, including radomes and computer room environmental controls Uninterruptible power supply (UPS) systems Backup generator systems Facility access control systems The RF subsystems, antennas, and radomes are manufactured by various commercial vendors including: L3 Datron Viasat General Dynamics SATCOM Technologies Inc. These items have historically been commercially available products, sold to both Government and commercial customers. The associated engineering technical services supporting these systems may meet the definition of a commercial service in accordance with FAR 2.101. The intent of this RFI/SS is to gauge industry interest, potential capabilities and relevant experience to support NRL personnel in providing the required services stated in the attached draft SOW. A small business set-aside decision may be made as a result of the responses to this RFI. Location: Primary performance locations include: NRL Pomonkey Facility � La Plata, Maryland Associated OCONUS facility Contract Type: NRL anticipates this will be a level of effort contract and will be performed on a Cost-Plus Fixed Fee (CPFF) or a Firm Fixed Price (FFP) basis. This determination will be based on the results of market research and acquisition planning. Competition Strategy: NRL is currently contemplating full and open competition unless the results from this RFI support a small business set-aside of any kind. Federal multiple award schedule holders and/or small businesses are encouraged to reply. Length of Award: Date of award through five years total (One (1) 12-month base year, to include four (4) 12-month option years) Resources: To aid industry in evaluating their ability to perform the required service, the following documents have been attached and available at the link below: Draft SOW Draft Contract Data Requirement List Draft Personnel Qualifications Draft Distribution of Labor Contractor Response Format: Required content and submission organization: Cover Sheet � RFI number, company name and address, socio-economic status, NAICS code, DUNS number, Cage code, technical point of contact, printed name, title and email address and date. (Not included in the total page count); Please indicate if your company is a General Service Administration Holder and/or SeaPort Multiple Award Contracts Holder; Technical description of the proposed concept or capability (i.e. capability statement) including a concise description of the specifications. This section should not exceed five pages, single-spaced, 12-point font, including charts, graphs, or other illustrations; The RFI will be evaluated solely for market research purposes. Consequently, the Government is primarily interested in Qualified Sources (Prime Contractors) providing specific technical details indicating how that source can meet the Government's needs; Please specify if subcontracting possibilities exist and/or if all tasks can be performed in-house; List of assumptions, if any, which were considered in formulating the response. It is anticipated that travel, materials and equipment will be included in the RFP. NRL will consider industry comments regarding the draft SOW, CDRL, Personnel Qualifications and Distribution of Labor to provide clarification and/or enhancement for final drafts to be included in any potential solicitation. Past Performance Information: Please provide in the response a list of Department of War, Department of Navy, or Federal contracts supported during the past 24-months with a brief description of the supply provided for each contract. Only list contracts with effort similar to those detailed in the draft SOW. Submission of Information: Responses are requested no later than 20 Mar 2026 at 5:00 PM Eastern Standard Time. Any response received after this date will also be considered, but may not be included in initial reporting or assessments. Oral communications are not acceptable in response to this notice. Proprietary information should be marked accordingly. All information and data received in response to this posting marked or designated as corporate or proprietary information will be protected as such. Please include this notice number on all documents and email correspondence. Classified Material shall NOT be submitted. Please include �N00173-26-RFI-EN02� in the subject line of your email response. Contact Information: Submit the responses electronically to the Contracting Officer, Richard Waterstreet at richard.waterstreet@us.navy.mil and the Contract Specialist, Erica Turner at erica.n.turner9.civ@us.navy.mil no later than 20 Mar 2026 at 5:00 PM Eastern Standard Time. Oral communications are not acceptable in response to this notice. Other Business Opportunities Other business opportunities for NRL are available at NRL�s website at: https://www.nrl.navy.mil/doing-business/contracting-division/. 52.215-3 -- Request for Information or Solicitation for Planning Purposes. a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of market research and procurement planning.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7f076045f0424dc78392e3256050073f/view)
- Place of Performance
- Address: MD 20646, USA
- Zip Code: 20646
- Country: USA
- Zip Code: 20646
- Record
- SN07736379-F 20260307/260305230050 (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 |