Opportunity

SAM #1301357159

Software Upgrades for Time and Frequency Reference Measurement Systems (TFRMS)

Buyer

NAVSUP FLC Norfolk

Posted

May 01, 2026

Respond By

May 07, 2026

Identifier

1301357159

NAICS

334519, 541511

This opportunity seeks vendors to provide software upgrades for the Time and Frequency Reference Measurement Systems (TFRMS) at the United States Naval Observatory. - Government Buyer: - Department of the Navy, Fleet Logistics Center Norfolk (NAVSUP FLC Norfolk) - U.S. Naval Observatory (USNO), under the Department of War Chief Information Office - Products/Services Requested: - Software upgrades and modifications for TFRMS - Add support for TRACER and similar modems as external references - Enhance TFRMS software to accept new input data formats (no hardware changes required) - Support up to 16 data channels - Improve data processing with Kalman filtering - Enable seamless transitions between GTF modules - Includes software development, testing, and acceptance reporting - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Unique/Notable Requirements: - Software-only solution (no hardware modifications) - Must demonstrate capability to upgrade TFRMS and integrate external modem references - Support for advanced data processing (Kalman filters) and multiple data channels - Respondents must provide capability statements and relevant past performance - Contract Details: - Anticipated as Firm-Fixed-Price, Single Award - NAICS code 334519 (Other Measuring and Controlling Device Manufacturing) - Period of performance is 30 weeks from award - Place of Performance: - United States Naval Observatory, Washington, DC - Contracting office at Fleet Logistics Center Norfolk, Virginia

Description

Sources Sought Notice:

Addition of TRACER & Similar Modem Support by the TFRMS as External References for use with the TFRMS Clock Ensemble The Fleet Logistics Center Norfolk, Virginia is seeking information for planning purposes to identify qualified and experienced sources in an effort to provide software upgrades for Time and Frequency Reference Measurement Systems (TFRMS),a rack mounted unit with various external interface cards, oscillators, and GPS Receivers on behalf of the United States Naval Observatory.

A Firm-Fixed-Price (FFP), Single Award, contract action under NAICS code 334519 – Other Measuring and Controlling Device Manufacturing, with a Size Standard of 600 employees is anticipated. See attached Performance Work Statement to review what the proposed contract vehicle shall include regarding specifications and contract requirements.

Subject to FAR Clause 52.215-3, entitled "Solicitation for Information of Planning Purpose," this announcement constitutes a sources sought synopsis for written information only.  This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This sources sought notice 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.

SUBMISSION: Qualified sources should email capability statements and/or estimates to Ms. Jordan Walton at jordan.l.walton.civ@us.navy.mil and by 12:pm EST May 7, 2026. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this sources sought notice. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. All requests for further information must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI/Sources Sought Notice will be posted as updates to this notice.

Reponses to this Sources Sought request shall reference the Sources Sought number and shall include the following information in this format:

1. Company name, address, Point of Contact name, phone number, fax number and email address.

2. Contractor and Government Entity (CAGE) Code.

3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned.

4. If the items/services can be obtained from an existing Government contract vehicle, to include GSA or SeaPort-NxG, provide the applicable contract number.

5. Capability statement displaying the contractor’s ability to provide the minimum requirements to include past performance information.  If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years.  Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought.

6.  Provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information.

7. 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 business subcontractor will be used.

8. The Government is determining the acquisition strategy for this potential acquisition. If any potential acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If the Government determines that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 will be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide the anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

9. Please address the following in your response. Documentation of qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice.

a. Contractor’s ability to provide the required services referenced in the attached Performance Work Statement.

b. Estimated time required to submit a proposal involving the following evaluation factors: technical, past performance and price.

Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise, qualifications, and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed seven (7) typewritten pages in no less than 12 font.

View original listing