THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the U. S. Government (USG) to contract for any supply or service whatsoever. Further, the U.S. Naval Research Laboratory (NRL) is not at this time seeking proposals and will not accept unsolicited proposals. Contractor’s are advised that the USG will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
OBJECTIVE:
NRL is searching for potential qualified and interested sources capable of performing the requirements set forth in the attached salient characteristics for the quantity of 3 optical clock units, along with timing architecture, that can be operated in a laboratory without special environmental controls, and a means of transporting its output time and frequency signals to seven remote assets over distances up to 10 km apart, and delivered, integrated and accepted by 31 Dec 2026. This RFI will determine set-aside possibilities for qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses. These sources will support the Space Systems Development Division, Code 8100, is the space and ground support systems research and development organization of the Naval Center for Space Technology.
BACKGROUND:
NRL provides the advanced scientific capabilities required to bolster our country’s position of global naval leadership. Here, in an environment where the nation’s best scientists and engineers are inspired to pursue their passion, everyone is focused on research that yields immediate and long-range applications in the defense of the United States. In accordance with the salient characteristics, NRL has a requirement for a quantity of 3 high performance optical clocks and timing architecture. The optical clocks need to be capable of providing the required specifications listed in the salient characteristics.
TYPE OF CONTRACT:
Award is anticipated to be a firm fixed price purchase order.
DELIVERY:
Delivery is expected no later than 31 Dec 2026.
RESOURCES:
To aid industry in evaluating their ability to perform the requirement, the following documents are attached:
1.) Salient Characteristics
IMPORTANT DATES:
RFI submissions are due no later than Friday, 20 June 2025 at 5pm CST.
ASSUMPTIONS:
Please provide a list of assumptions, if any, which were considered in formulating the response. Submission of information responses shall be emailed to erica.n.turner9.civ@us.navy.mil.
Please include “NRL N00173-25-RFI-EN01” in the subject line of your email response.
CONTRACTOR RESPONSE FORMAT:
NRL is requesting all interested parties, at a minimum, provide the required content:
1.) Name of Company and Point of Contact.
2.) Indicate if you are Seaport-e MAC or Federal Supply Schedule Holder.
3.) Telephone Number, Fax Number, Address and e-mail address of Point of Contact.
4.) Business Size and number of employees with proposed PSC and NAICS codes.
5.) Capabilities statement and relevant experience listed in the salient characteristics.
6.) Please specify if subcontracting possibilities exist or if all tasks will be performed in-house.
7.) UEI and CAGE Code numbers.
PAST PERFORMANCE INFORMATION:
Please provide, if available, in the response a list of Navy, DoD, and Federal contracts and orders supported during the past 24 to 36 months with a brief description of the supply or service provided per each contract or order. Only list contracts or orders for services/supplies similar to that required under the attached salient characteristic.
SUBMISSION OF INFORMATION:
All information and data received in response to this RFI, if marked or designated as corporate or proprietary information, will be protected and handled as such. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response.
Responses must be in Microsoft Word or Office compatible format and are due by the date and time listed above. Responses shall be submitted via e-mail only to Erica Turner, Contract Specialist at erica.n.turner9.civ@us.navy.mil. Any responses received after this date will not be considered for this requirement, but may be considered for future market research. Oral communications are not acceptable in response to this notice. Proprietary information, if any, MUST BE CLEARLY MARKED.
Information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15.207.
QUESTIONS:
Questions regarding this announcement shall be submitted by e-mail to the Contract Specialist and Contracting Officer. Verbal questions will NOT be accepted.
CONTACT INFORMATION:
Erica Turner, Contract Specialist Graham Irby, Contracting Officer
erica.n.turner9.civ@us.navy.mil graham.d.irby.civ@us.navy.mil
202-923-1399 202-923-1377
OTHER BUSINESS OPPORTUNITIES:
Other business opportunities for NRL are available at NRL’s website at:
https://www.nrl.navy.mil/Doing-Business/Contracts/