Subject to FAR Clause 52.215-3, entitled "Solicitation for Information of Planning Purpose," this announcement constitutes a Sources Sought for information and planning purposes for qualified and experienced sources to provide and obtain the infrastructure and services required to build and sustain security services that ensure the integrity and availability of PTA Enterprise systems in support of the United States Naval Observatory (USNO). This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government plans to procure these supplies as Commercial Item as defined in FAR 2.101.
BACKGROUND: The USNO is the sole provider of Precise Time and Astrometry (PTA) data products to the DoD under Chairman of the Joint Chiefs of Staff Instruction (CJCSI) 4650.01H and DoD Instruction (DoDI) 4650.06. PTA data products include Precise Time (PT) and time dissemination tools, Celestial Reference Frame (CRF) data products and applications, and Earth Orientation Parameters (EOPs). These products are critical to navigation for any DoD system, and, most importantly, the United States Global Positioning System (GPS). The security and integrity of the transport systems from which these systems disseminate data is paramount, requiring 24/7 monitoring, life cycle replacement, and regular sustainment activities.
The purpose of this contract is to obtain the infrastructure and services required to build and sustain security services that ensure the integrity and availability of PTA Enterprise systems. In addition to the hardware and software required for the security infrastructure, the services requested herein will require timing transport engineers, observatory control engineers, cyber security operators, and project specialists’ experts to provide technical support, cyber monitoring, and operations and maintenance support for PTA dissemination systems.
The supplies required under this anticipated procurement is included in the draft Performance Work Statement (PWS) provided with this notice.
Period of Performance: The period of performance for this requirement will be one (1) base period 06 April 2026 through 05 April 2027 and four (4) option periods.
The proposed procurement is a Firm Fixed Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract.
NAICS CODE: The NAICS Code for this requirement is 541990, All Other Professional, Scientific, and Technical Services, and the Size Standard is $19.5 Million.
RFI SUBMISSION REQUIREMENTS:
Interested parties shall submit responses to this RFI. Responses should reference the RFI and shall include the following information in this format:
1. Company name, address, Point of Contact name, phone number, and email address.
2. Contractor and Government Entity (CAGE) Code and DUNS Number.
3. Business size under NAICS.
4. Capability statement addressing PTA the infrastructure and services required to build and sustain security services that ensure the integrity and availability of PTA Enterprise systems in accordance with the Draft PWS in addition to any information that demonstrates the ability to meet the requirements in the PWS.
4. Describe your ability to support the scope of the requirement listed in this notice and applicable attachments.
5. Describe any past performance efforts with a similar scope to the proposed requirement. Provide contract numbers, dollar value, and the period of performance for each contract referenced in the response to this sources sought notice.
6. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large businesses will be used.
This announcement is NOT a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the U.S. Government. The Navy will not assume liability for costs incurred in response to this RFI.
Documentation of technical expertise, experience, and required security clearance must be presented in sufficient detail for the U.S. Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages in no less than 12 font. All technical questions and inquiries may be submitted within the response.
Responses should be emailed to gilbert.k.dobison.civ@us.navy.mil by 12:00 PM eastern standard time (EST) on 24 April 2025. Again, this is not a request for a proposal. Respondents will not be notified of the results and the U.S. Government is not required to answer any questions submitted in regards to this RFI. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.