Opportunity
SAM #N0018926RFI009
Workflow Management Services for US Naval Observatory Precise Time and Astrometry Operations
Buyer
NAVSUP FLC Norfolk
Posted
March 26, 2026
Respond By
April 03, 2026
Identifier
N0018926RFI009
NAICS
541990
This opportunity seeks contractor support for workflow management services at the United States Naval Observatory (USNO), supporting the Department of Defense and Intelligence Community's navigation and timing needs. - Government Buyer: - Department of Defense - Naval Supply Systems Command Fleet Logistics Center Norfolk (NAVSUP FLC NORFOLK) - United States Naval Observatory (USNO) - Products/Services Requested: - Precise Time and Astrometry Workflow Management Services - Develop and execute workflows to enhance productivity and quality of USNO data products - Facilitate collaboration among multidisciplinary teams (scientists, engineers, technicians) - Develop planning, risk management, and scheduling initiatives - Provide qualified personnel with Secret to TS//SCI security clearances - Comply with strict security and access protocols - Biweekly reporting and adherence to Navy/DoD policies - Unique/Notable Requirements: - All personnel must maintain appropriate security clearances (Secret to TS//SCI) - Work performed on-site at USNO in Washington, DC - Emphasis on collaboration, risk management, and process optimization - Government property provided for contract performance - No specific OEMs or vendors are named in the notice - NAICS code: 541990 (All Other Professional, Scientific, and Technical Services) - Contract Structure: - Firm Fixed Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) - Base period plus four one-year option periods
Description
Subject to FAR Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes," this announcement constitutes a Sources Sought for information and planning purposes for qualified and experienced sources to provide workflow management services to streamline operations, minimize errors, and maximize efficiency throughout the entire process chain, from R&D to the final dissemination of precise time and positional information across five functional areas in support of the United States Naval Academy (USNA). 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 United States Naval Observatory (USNO) is responsible for the production and dissemination of Precise Time, Astrometry, and Earth Orientation Parameters (EOP) to the Department of Defense (DoD) and Intelligence Community (IC) for use in navigation under DoD Instruction (DoDI) 4650.06. This mission includes development and dissemination of Precise Time and Astrometry data products to the DoD. USNO requires workflow development expertise to organize, optimize and manage the processes involved in in obtaining accurate time measurements, precise celestial observations, earth orientation calculation, and the associated networks (Precise Time and Astrometry Network).
The purpose of this contract is to develop and execute workflows that enhance productivity, maintain quality of USNO data products, and accelerate research to operations processes across all USNO activities. Additionally, Functional Area Workflow Managers will be tasked to develop processes that facilitate collaboration among multidisciplinary teams of scientists, engineers, and technicians, enabling them to work cohesively towards common goals and objectives. Services to be furnished under this contract shall be set forth in individual Tasks Orders. It shall be the responsibility of the Contractor to organize, furnish, and supervise a working force which, within the limitations of the provisions of the proposed contract. Please see draft PWS for a detailed description of the tasks to be accomplished under this contract.
Period of Performance: The period of performance for this requirement will be one (1) base period 21 December 2026 through 20 December 2027 and four (4) one-year 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 Small Business 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 capability to provide Functional Area Workflow Manager services 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 Cody Witz at cody.s.witz.civ@us.navy.mil by 12:00 PM eastern standard time (EST) on 03 April 2026. 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.
Attachments:
Attachment I: Draft Performance Work Statement (PWS)
Attachment II: Anticipated Labor Categories