Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2025 SAM #8787
SOURCES SOUGHT

A -- Applied Science, Systems Engineering and Space Science Support (ASSESSS) Program

Notice Date
12/15/2025 11:07:41 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5000 USA
 
ZIP Code
35898-5000
 
Solicitation Number
PANRSA-25-P-0000-011609
 
Response Due
1/12/2026 11:00:00 AM
 
Archive Date
01/27/2026
 
Point of Contact
GEORGE PURPURA, Phone: 256-955-5936, Tiffany A. Moody, Phone: 520-687-6286
 
E-Mail Address
george.r.purpura2.civ@army.mil, tiffany.a.moody.civ@army.mil
(george.r.purpura2.civ@army.mil, tiffany.a.moody.civ@army.mil)
 
Description
SOURCES SOUGHT/INTENT TO SOLE SOURCE � U.S. Army Space and Missile Defense Command (USASMDC) Johns Hopkins University Applied Physics Laboratory (JHU APL) Applied Science, Systems Engineering And Space Science Support (ASSESSS) DISCLAIMER THIS SOURCES SOUGHT/INTENT TO SOLE SOURCE NOTICE IS FOR INFORMATIONAL PURPOSES, AS WELL AS MARKET RESEARCH AND PLANNING PURPOSES. THIS NOTICE SHALL NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR PROPOSALS (RFP), OR QUOTES. THE UNITED STATES GOVERNMENT (USG) IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. AS NOTED BELOW, PROPRIETARY INFORMATION MAY BE SUBMITTED IN RESPONSE TO THIS NOTICE; HOWEVER, THE USG SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED PROPRIETARY INFORMATION. THE USG WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH ANY SUBMISSION IN RESPONSE TO THIS NOTICE OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY AND WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS NOTICE/REQUIREMENT. A solicitation is not available at this time, therefore any requests for a solicitation will not receive a response. Respondents shall only provide an unclassified response to this notice. Information identified �Proprietary� will not be disclosed outside of Government channels. If a respondent submits such information, then the respondent shall be responsible for clearly marking �Proprietary� on each sheet containing information and segregating such information to the maximum extent practical from other portions of the response. INTRODUCTION This combined sources sought/intent to sole source notice is issued by the Army Contracting Command-Redstone, Space, Missile Defense and Special Programs Directorate (ACC-RSA SMD/SP) in support of the United States Army Space and Missile Defense Command (USASMDC) for the purpose of conducting market research to determine if potential sources exist with advanced technology tests and research and development capability to perform the USASMDC effort titled, �Johns Hopkins University Applied Physics Laboratory (JHU APL) Applied Science, Systems Engineering And Space Science Support (ASSESSS).� The USASMDC mission is to develop and provide current and future global space, missile defense, and high-altitude capabilities to the Army, joint force, and our allies and partners, to enable multi-domain combat effects; enhance deterrence, assurance, and detection of strategic attacks; and protect the nation. To meet its mission, USASMDC requires specialized engineering, science and technology, analysis, test and fundamental technology research for state-of-the-art systems, operations, hardware and software, and associated technology creation and transition efforts that are only offered by a designated Department of Defense (DoD) University Affiliated Research Center (UARC) (note that USASMDC�s UARC requirements will also encompass engineering and scientific expertise required to identify and mature appropriate technologies and develop operational prototypes, which will include the creation of technology, the development of architectural concepts for rapid transition of maturing technologies to soldiers in the field, analysis of current and planned systems and components, and supporting the test and fielding of systems). It is anticipated ACC-RSA will issue a five-year effort as a sole source single award indefinite-delivery/indefinite quantity (SAID/IQ) contract with cost-plus-fixed-fee and cost reimbursable task orders (TOs) for an estimated contract value of $91 million to Johns Hopkins University Applied Physics Laboratory (JHU APL), 11100 Johns Hopkins Road, Laurel, Maryland 20723-6099, Cage Code 85NF6, which is a designated DoD UARC under the authority of Title 10, United States Code, Section 2304(c)(3) (10 U.S.C. 2304(c)(3)) as implemented by Federal Acquisition Regulation (FAR) 6.302-3(a)(2)(ii). As a designated UARC, JHU APL is a not-for-profit entity sponsored and primarily funded by the U.S. Government (USG) to address technical needs that cannot be met as effectively by existing USG or contractor resources. Collaborative research partnerships between universities and the USG are vital to national defense and homeland security missions. A list of UARCs can be found at https://defenseinnovationmarketplace.dtic.mil/ffrdcs-uarcs/. DESCRIPTION OF EFFORT Under the auspices of JHU APL UARC 8 core competences, it is anticipated that the resulting USASMDC JHU APL UARC SAID/IQ contract scope of work (SOW) requirements will include conducting fundamental technology research; accomplishing technology insertion planning and execution; developing research and engineering strategies for mitigation of risk in defense systems and technology programs; designing and developing hardware and software models and prototypes and performing technology and engineering analyses (to include systems engineering and systems of systems engineering analyses supporting the design, development, interoperability and testing of hardware and software at the component, subsystem, and system level); and quantifying resultant impacts on composite system performance. Additionally, under the auspices of JHU APL UARC 8 core competences, SOW contractor support will include technical activities such as system research, development, engineering, prototype fabrication, testing, calibration, and data dissemination, and management activities such as program cost tracking, schedule and contractor/subcontractor performance, as well as investigation of changes that may optimize strategic and operational planning (which will include, but are not limited to, nuclear command and control, global strike, information operations, global missile defense, and command, control, communications, computers, intelligence, surveillance and reconnaissance are included). Finally, the SOW will include assistance in identification of technology gaps and conduct fundamental research to fill technology needs will be performed. For illustrative purposes only, representational examples of USASMDC SAID/IQ TO requirements as they relate to the JHU APL UARC core competencies include, but are not limited to: (1) strategic systems test and evaluation to include evaluations of complex operational missile systems, strategic and tactical communications, and command and control (C3) systems (such as the SATURN Enhanced Data Rate (SEDR) maturation study); (2) space science and engineering activities which include analysis, design, development, prototyping, testing, and evaluation of space systems and instruments which provide precision tracking, location, navigation, remote sensing, and communications (such as USSF and USASMDC secure communications platforms); (3) research, development, and assessment of theater level air and missile defense system concepts; systems engineering and evaluation of electronic warfare and defense suppression systems; and planning and evaluation of relevant C3 systems (such as MFEW- Multi-Function Electronic Warfare system support); (4) expertise in tactical combat systems and guided missiles necessary for the independent evaluation of current and future systems, including the development of concepts and techniques for system improvements; development and maintenance of unique evaluation and development facilities; design and prototyping of systems; and conducting related analyses and tests, including full-scale experiments (such as the study of open air ranges for hypersonic testing); (5) research, development, and assessment of defense C4ISR/IO, cyber operations, and information technologies; (such as applications for the use of AI and big data); and (6) the development, verification, validation, and application of simulations, models, and operations analysis techniques. On behalf of USASMDC, ACC-RSA SMD/SP intends to issue a sole source SAID/IQ contract with JHU APL as a UARC under the authority of 10 U.S.C. 2304(c)(3) as implemented by FAR 6.302-3(a)(2)(ii). As a DoD-sponsored UARC, JHU APL is a research organization within a university established to provide or maintain essential engineering, research, and development capabilities through a long-term, strategic relationship with DoD and the U.S. Army. In support of the DoD and U.S. Army mission, JHU APL performs the 8 areas of expertise identified listed below as core competencies. In light of the North American Industry Classification System (NAICS) Code stated below (541715), interested entities responding to this combined sources sought/intent to sole source notice must demonstrate the essential capabilities, expertise, and experience to address the following 8 core competencies: (1) Strategic Systems Test and Evaluation. Independent quantitative performance evaluations of complex operational systems including ballistic and guided missile systems, strategic and tactical C3 systems, and other related combat and weapon systems; evaluation of alternative and modified systems; collection of requisite data; and development of instrumentation, as appropriate. (2) Submarine Security and Survivability. Investigation and assessment of anti-submarine warfare, unmanned undersea vehicles, mine countermeasure technologies, and other aspects of undersea warfare with emphasis on the security, survivability, and operational effectiveness of submarines; instrumentation and oceanographic sensor development; and the execution of experiments and oceanographic research. (3) Space Science and Engineering. Design, development, and prototyping of space systems and instruments; conduct of critical space experiments; analysis and evaluation of space systems and space-related data; and research and development of systems that provide precision tracking, location, navigation, remote sensing, communication, characterization of the space environment, situational awareness, accurate discrimination, and targeting of threat objects. (4) Combat Systems and Guided Missiles. Detailed understanding of tactical combat system and guided missile (including air defense and strike missiles) system design necessary for the independent evaluation of current and future systems, and the research and development of concepts and techniques for system improvements; development and maintenance of unique evaluation and development facilities; design and prototyping of systems; relating systems design to operational factors (e.g., targeting and mission planning); and conducting related analyses and tests, including full-scale experiments. (5) Theater Air Defense and Power Projection. Research, development, and assessment of effective methods of coordinating warfare systems at the theater level by exploring system concepts, developing demonstration models, and conducting experiments; systems engineering and evaluation of electronic warfare and defense suppression systems; and assistance in planning and evaluation of C3 systems for attaining an integrated tactical and strategic system capability. (6) Information Technology (C4ISR/IO). Research, development, and assessment of defense command, control, communications, computer, intelligence, surveillance technologies; application of these technologies to battlefield information management, intelligence systems and information warfare systems; operational evaluations and vulnerability assessments of current and planned systems; development of system architectures to improve intelligence systems and to improve the effectiveness and coordination and reduce vulnerability among forces; and demonstrations and testing of these systems. (7) Simulation, Modeling, and Operations Analysis. Development, verification, validation and application of simulations, models, and operations analysis techniques to determine mission effectiveness and performance assessment of current, planned, and proposed systems; and coordination of employment of these systems. (8) Mission-related and public-service oriented research, technology development, test, evaluation, and system analysis (e.g., biomedicine, special operations capabilities, defeat of CBRNE (Chemical, Biological, Radiological, Nuclear, Explosives) weapons, environment and other topics of importance to DOD) through the application of the above core competencies, along with the complementary capabilities of other divisions of the University. ELIGIBILITY AND SUBMISSION DETAILS Responses to this notice are sought to establish interest from industry and identify firms capable of performing the breadth of requirements as a prime contractor. This information will be used to support the appropriate acquisition strategy. This notice falls under NAICS Code 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), with a size standard of 1,000 employees. Responses will only be accepted from those firms that are interested in being a prime contractor and that meet the requirements of this posting, as limited by FAR 6.202(a)(3) (establishing or maintaining alternative sources). If your organization has the potential capability and capacity to perform these contract services, then please provide information and a response as requested below. 1) Organization name, address, Commercial and Government Entity (CAGE) code, number of years in business, public website address, point of contact, telephone number, email address, size/socioeconomic status under NAICS 541715, type of ownership for the organization including affiliated or parent company. 2) Tailored capability statement/briefing describing your firm�s ability to meet the stated requirements with appropriate documentation supporting claims of organizational and staff capability. The USG will not accept company literature or marketing materials in response to this notice. If significant subcontracting or teaming (to include a JV arrangement) is anticipated in order to deliver technical capability, then organizations should address the administrative and management structure of such arrangement. 3) Assumptions. Please provide a list of assumptions, if any, which were considered in formulating this response. There is no specific format or outline for submittals, but responses shall be limited to 10 pages or less (one side of a page equals one page), excluding the cover sheet and/or table of contents. Pages shall be 8-1/2 x 11 inches, with 1-inch margins, single-spaced, single-sided, in PDF format, and using a 12-point Times Roman or Arial font. Hardcopies or other medium other than the format stated above will not be accepted by the USG; telephone call inquiries/questions or other inquiries will not be accepted or responded to by the USG. The USG will determine whether or not to proceed with an acquisition and, if it does decide to proceed, select the best acquisition strategy that will meet the needs of the USG. SUSPENSE: Responses to this notice must be submitted via email to both the responsible ACC-RSA SMD/SP Contracting Officer and Contract Specialist listed below no later 1:00 p.m. CST on January 12, 2026: George R. Purpura, Contracting Officer, george.r.purpura2.civ@army.mil. Tiffany A. Moody, Contract Specialist, tiffany.a.moody.civ@army.mil. END OF DOCUMENT
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/25467ae4259e4e9abdcfb61a0d43b7be/view)
 
Place of Performance
Address: Laurel, MD 20723, USA
Zip Code: 20723
Country: USA
 
Record
SN07666690-F 20251217/251215230044 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.