Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

W7707-257355 - Human-Machine Teaming Research

Active
WS5543090205SLED
AI Contract Overview
Show more

Defence Research and Development Canada (DRDC) is seeking a contractor to provide specialized Human Factors research and support services on an as-and-when-requested basis through a Task Authorization Contract. The services required cover a broad range of expertise including literature reviews, concept development, experimental design, military expertise and scenario development, survey implementation, field trial logistics, data analysis (both quantitative and qualitative), knowledge elicitation, user interface design, workshop facilitation, software tool development, data science, human systems integration, human-machine teaming, human-AI systems, and comprehensive research reporting. The contract period extends from the date of award through to March 31, 2028, with the option for Canada to extend the contract for three additional one-year periods. This solicitation is managed by the Department of Public Works and Government Services under the Government of Canada, with no specific trade agreements applicable or reasons for limited tendering noted. Submissions must be received by March 20, 2026, with late proposals not accepted. The solicitation encourages interested businesses to consider partnerships, although this does not affect the formal competitive bidding process. The contract aims to support ongoing and emerging human-machine teaming research initiatives, contributing expertise critical to military and defense-related human factors challenges.

General Info

DRDC seeks contractor for human factors research services supporting military projects through March 2028.

Agency

Government of Canada → Department of Public Works and Government Services

View Agency

NAICS

541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)

View NAICS

Place of Performance

Canada, CAN

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseSolicitation
Posted

Solicitation

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyGovernment of Canada → Department of Public Works and Government Services
Contacts1 person available
OfficeN/A
Organization / Agency
Government of Canada → Department of Public Works and Government Services
View Agency Profile
Office Address

N/A

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
Please note that late submissions will not be considered or accepted. Defence Research and Development Canada (DRDC) has a requirement for Human Factors research and support services on an “as-and-when-requested” basis through a Task Authorization Contract. The Contractor will be required to provide research and Support Services in the following area: Literature Reviews, Concept Development, Research Methods / Experimental Design, Military Expertise, Military Scenario Development, Survey and Questionnaire Implementation, Field Trial and Experiment Execution and Logistics, Data Analysis – Quantitative and Qualitative, Knowledge Elicitation and Requirements Analysis, User Interface Design and Analysis, Workshop Design and Execution, Software Tool Development, Data Science, Human Systems Integration, Human Machine Teaming, Human-AI Systems, and Research Reporting. The Period of contract is from date of Contract to 31 March 2028 with three (3) additional one-year irrevocable options allowing Canada to extend the term of the contract. Show more description Show less description Contract duration Refer to the description above for full details. Trade agreements No trade agreements are applicable to this solicitation process Reason for limited tendering A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below: None Partner with another business Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering. This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

Similar Contracts

NAICS: 541715
New
Federal

DLA Emergent IV Research and Development Program

The DLA Emergent IV Research and Development Program, issued under solicitation BAA0001-22 by the Department of Defense’s DCSO Philadelphia office, is a five-year Broad Agency Announcement (BAA) seeking innovative scientific research and experimental proposals to advance knowledge and capabilities in areas not covered by the existing R&D planning process. With a contract ceiling recently increased to $125 million, the BAA invites interested parties to submit initial White Papers addressing specific Areas of Interest (AOIs) outlined in Attachment B of the announcement. If a submission is found promising, applicants may be asked to provide further technical and cost proposals for their project. Since its original posting, the BAA has undergone an extensive series of more than thirty amendments. These include significant updates such as revising and adding AOIs (including Human-Machine Teaming Technologies, Flake Graphite-Based Solutions for PFAS contamination, and Critical Emerging Technologies Transition), changes to the Hackathon competition timelines and formats, clarification and expansion of questions and answers, addition of intellectual property and data rights clauses, adjustment of eligibility and proposal requirements, and revised Points of Contact. Of particular note are the multiple updates to address procedural improvements (such as project transition statements and government property instructions) and to ensure compliance with updated regulations. The BAA remains open for submissions until June 12, 2027, with all interested organizations encouraged to consult the latest attachments and amendments for current requirements and AOI details. Communication regarding this opportunity is managed through a designated DCSO Philadelphia R&D email contact.

Dcso Philadelphia

POSTED

3 days ago

DEADLINE

in over 1 year

View Details
NAICS: 541715
New
Federal

Final RFP Engineering Services and Science Capability Augmentation (ESSCA) II

NASA’s Marshall Space Flight Center (MSFC) has issued a draft request for proposals (DRFP) for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, aimed at soliciting feedback and questions from industry stakeholders before the final solicitation is released. The contract will support MSFC, including the Michoud Assembly Facility (MAF) and Stennis Space Center (SSC), as well as other NASA centers and headquarters, by providing a range of engineering and scientific skillsets. Key disciplines include aerosciences, avionics, flight software, materials research and testing, optics, propulsion, systems engineering, structural and mechanical expertise, test design, operability, and thermal and fluids analysis. The contractor may be required to supply engineering products, deliverables, and provide technical oversight for NASA’s flight, science, and research and development missions. ESSCA II is planned as a single-award, indefinite-delivery, indefinite-quantity (IDIQ) contract using a mix of cost-plus-award-fee, cost-plus-fixed-fee, and firm-fixed-price orders under NAICS code 541715. The contract will not use commercial item acquisition procedures and includes a potential period of performance of nearly nine years, composed of a phase-in, base, optional, and extension periods. The DRFP is for planning and industry input only, with interested parties encouraged to review and comment by October 20, 2025, and attend a virtual industry day on October 17, 2025. While proposal submission is not yet permitted, the formal Request for Proposals (RFP) is anticipated in mid-November 2025, with proposals due in January 2026. All solicitation materials will be available through SAM.gov, and it is the responsibility of potential offerors to monitor updates. The contracting lead is Sadie Moulton, and the contract is managed by MSFC in Huntsville, Alabama.

NASA Marshall Space Flight Center

POSTED

3 days ago

DEADLINE

in 15 days

View Details
NAICS: 541715
New
Federal

PRESOLICITATION NOTICE: National Space Test and training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR)

The contract pertains to the National Space Test and Training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR) effort, which supports the Operational Test and Training Infrastructure (OTTI) and System Delta 81 (SYD 81) missions. These missions aim to provide space warfighters with interconnected, scalable, and distributed live/physical and synthetic/digital ranges to enable full-spectrum testing and training. This infrastructure is critical for developing, validating, and enhancing joint warfighting capabilities in contested space environments. The contract is structured as a Multiple Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) base vehicle under which contractors will design, develop, integrate, test, and sustain advanced space-based and ground-based systems to support U.S. Space Force operations. The presolicitation notice, issued by the Department of Defense, indicates an upcoming Request for Proposals (RFP) with a solicitation number FA2553-26-R-B001, expected to be released between late February and no later than March 31, 2026. The acquisition will be conducted as a full and open competition under NAICS code 541715, with no set-asides applied. Interested parties are informed that proposals are not currently being accepted in response to this notice. The office responsible for the contract is based at Peterson Space Force Base, Colorado, and contact points are provided for further inquiries. This effort is fundamental to advancing space test and training capabilities crucial for future space operational readiness.

FA2553 Oprn Testing & Trg Infr Otti Pk

POSTED

3 days ago

DEADLINE

in 30 days

View Details
NAICS: 541715
New
Federal

Effect of Radiation Quality and Galactic Cosmic Radiation Simulation on the Risk of Carcinogenesis in an Outbred Mouse Model (HS/Npt)

NASA Johnson Space Center is soliciting proposals under solicitation number 80JSC026R0010 for a contract to study the effect of radiation quality and galactic cosmic radiation on the risk of carcinogenesis in outbred mice. This procurement is conducted as a combined synopsis/solicitation for commercial items in accordance with FAR Subpart 12.6, and no separate written solicitation will be issued. Interested offerors must adhere to clauses and provisions effective through FAC 2025-06 and comply with evaluation criteria emphasizing technical acceptability, past performance, and price, with the first two factors combined deemed significantly more important than price. The NAICS code for this acquisition is 541715, and offerors must declare their size status, with a size standard of 1000 employees. Proposals are due by 1:00 PM CST on March 13, 2026, and must be submitted electronically to designated NASA contacts, Joshua Hlavenka and Katelyn Jaime. Offer submissions must include key information such as the solicitation number, FOB destination, delivery schedule, payment terms, warranty details if applicable, taxpayer identification number, and be signed by an authorized company representative. Offerors are encouraged to use Standard Form 1449 and must provide representations and certifications in accordance with FAR 52.212-3. Questions must be submitted electronically by February 27, 2026, with no telephone inquiries accepted. The contract will be awarded to the offer that provides the best value considering the evaluation factors specified, and all relevant FAR and NASA clauses including contract terms and conditions for commercial items are incorporated by reference. Interested parties are responsible for downloading the complete solicitation and any amendments from SAM.gov.

NASA Johnson Space Center

POSTED

3 days ago

DEADLINE

in 12 days

View Details