Underwater Drone
ID: 140G0126Q0019Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

UNMANNED AIRCRAFT (1550)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide underwater drones as part of a procurement initiative aimed at enhancing hydrological data collection capabilities. The requirement includes five autonomous underwater/surface vehicles (AUV/ASV) capable of conducting various measurements, such as conductivity, temperature, and depth (CTD), along with additional data on current vectors and wave heights. These drones will play a crucial role in environmental monitoring and research, supporting the USGS's mission to provide reliable scientific information. Interested parties must submit their quotes in response to Solicitation Number 140G0125Q0210, which will be issued on or about December 16, 2025, with bids due by December 29, 2025. For further inquiries, vendors can contact Rafael Anderson at rlanderson@usgs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the ICT Accessibility Requirements Statement, focusing on electronic software and content in accordance with the Revised Section 508 of the Rehabilitation Act. It mandates that software and electronic content conform to WCAG 2.0 Level A and AA Success Criteria, with specific word substitutions for non-web applications and documents. The requirements cover user interface components, content platforms, and multi-step processes for non-web software. Additionally, it details accessibility standards for non-public facing electronic content used in official agency communications, such as emergency notifications, policy announcements, and educational materials. The document also specifies technical criteria for software interoperability with assistive technology, emphasizing programmatic determinability of object information, values, relationships, and text, as well as the ability to modify these programmatically. Software must also support user preferences for display settings and provide event notifications to assistive technologies. Applicable standards include WCAG A & AA Success Criteria, support documentation, support services, and functional performance criteria.
    The U.S. Geological Survey Office of Acquisition and Grants has issued an 18-point checklist outlining IT security guidelines for contractors. These requirements cover various aspects of IT services, custom application development, and hardware/software acquisition. Key provisions include background investigations, non-disclosure agreements, mandatory annual security awareness training, and immediate notification of personnel changes. Contractors must adhere to DOI System Development Life Cycle (SDLC), NIST SP 800-64, and DOI SDLC Security Integration Guide. The document details responsibilities for security categorization, property rights for software, independent verification and validation (IV&V), and certification & accreditation (C&A) processes. Additional requirements involve internet logon banners, incident reporting, quality control for software/hardware, annual self-assessments, vulnerability analysis, and the implementation of NIST SP 800-53 Rev.1 security controls. A contingency plan in accordance with NIST SP 800-34 is also mandated for IT support services. These guidelines ensure the security and integrity of USGS IT systems and data.
    The document outlines salient characteristics for an Autonomous Underwater/Surface Vehicle (AUV/ASV) for CTD measurements, likely for a federal government Request for Proposal (RFP) or grant. The requirement is for five portable, self-propelled, battery-powered vehicles capable of collecting vertical profiles of Conductivity, Temperature, and Depth (CTD), as well as surface/subsurface current vector, bottom type, and wave height data. These vehicles must perform various dive types (water column, incremental depth, bottom hold) and operate as a "swarm" or fleet of at least five. Key features include built-in GPS, IMU, compass, a maximum speed of 10 kts, cruise speed of 5 kts, a surface range of 5 miles, positional accuracy of 3m or less, and a depth rating of 50m. They must be compact (2.75" diameter x 38" L, 6.75 lbs max), operate for 36 continuous hours on a single charge, and function between 0-30°C. Communication capabilities include 2.4 GHz WiFi and a 900 MHz radio transmitter with a 750m range. Additionally, the proposal requires one Command and Control System, encompassing a communications hub (IP67 or better, WiFi, 900 MHz, Ethernet), a user interface (Samsung Galaxy Tab S6 Lite equivalent), at least 10 spare battery packs and 6 chargers, a lightweight tripod (4 lbs max), operational software for mission planning, multi-vehicle missions, remote control, real-time data viewing, data download, and vehicle status, transport cases with foam inserts, and minor accessories.
    This government Request for Proposal (RFP) (Solicitation Number 140G0126Q0019) is issued by the USGS OAG RESTON ACQUISITION BRANCH for the procurement of five aquatic drones and one control system, identified by NAICS code 334511. The solicitation, issued on December 16, 2025, with offers due by December 23, 2025, at 0900 ES, is a total small business set-aside. Key clauses include those related to System for Award Management (SAM) registration, prohibitions on contracting with certain entities (e.g., Kaspersky Lab, ByteDance, and those on the Federal Acquisition Supply Chain Security Act Orders list), and requirements for electronic invoicing through the Invoice Processing Platform (IPP). The document also outlines terms for "Free on Board (FOB) Destination" delivery, emphasizing contractor responsibility for delivery costs and conditions. Technical clarification will be provided by a Technical Liaison, though contract modifications must be authorized by the Contracting Officer. Attachments detail salient characteristics, FISMA, and Section 508 compliance for the aquatic drone system.
    Lifecycle
    Title
    Type
    Underwater Drone
    Currently viewing
    Solicitation
    Similar Opportunities
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    Micro-Unmanned Underwater Vehicle (UUV), Multi-Vehicle Pods
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking information from qualified sources for the procurement of Micro-Unmanned Underwater Vehicles (UUV) and Multi-Vehicle Pods for the United States Naval Academy. The UUVs will be utilized to autonomously collect high-resolution biogeochemical, hydrographic survey, and passive acoustic data, supporting academic missions, faculty research, and Midshipmen projects in coastal oceanography and underwater acoustics. The contractor must provide lightweight, single-person deployable UUVs with capabilities for remote control, autonomous missions, and compatibility with various data formats, with delivery expected within 60 days of contract award. Interested parties should submit their capability statements to Claudette Jones at claudette.j.jones.civ@us.navy.mil by 12:00 PM EST on December 17, 2025, referencing Sources Sought number 1301303963.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    15--RFI for Easy Aerial Tethered UAS
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Wave Gliders
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    sUAS Group 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of 225 Small Unmanned Aerial Systems (sUAS), classified as Group 1 quadcopters, to be delivered to Fort Drum, New York. The minimum specifications for the drones include a range of at least 1 kilometer, a flight time of 30 minutes, a propeller size of 8 inches, and the inclusion of a remote control, rechargeable batteries, and Wi-Fi connectivity. These drones are essential for various operational applications within the military, emphasizing the need for reliable and capable aerial systems. Interested small businesses must submit their quotes by December 19, 2025, at 10:00 AM EST, and direct any inquiries to SFC Cory Palletti or Justin Gould via the provided email addresses.
    Level III Small Unmanned Aircraft Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    Total Small Business Set Aside Brand Name: Tecnova Advanced Systems - Thrusters
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes from authorized distributors or resellers for Tecnova Advanced Systems Unmanned Underwater Vehicle (UUV) Thrusters under a Total Small Business Set Aside procurement. The contract aims to acquire specific brand-name thrusters, as only Tecnova Advanced Systems can meet the government's stringent requirements without necessitating costly modifications to existing systems. This procurement is crucial for maintaining operational efficiency and part interchangeability within the Navy's underwater vehicle programs. Interested vendors must submit their quotes by December 17, 2025, at 11:00 a.m. Central Time, and can direct inquiries to Terra Roberts at terra.s.roberts.civ@us.navy.mil, with the total acquisition value expected to be under $350,000.
    76--GPSC5 Amendment Seven Industry Day Agenda
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is hosting an Industry Day on December 17, 2025, to discuss the Geospatial Products and Services Contract Version 5 (GPSCv5), which aims to procure geospatial mapping services through multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This procurement, with an estimated maximum ceiling of $850 million over five years, includes a partial Small Business set-aside and focuses on services such as remote sensing data acquisition, processing, and the creation of high-resolution geospatial products. Interested firms must submit their qualifications via the SF330 form by January 14, 2026, and are encouraged to RSVP for the Industry Day by December 8, 2025, to engage in discussions about the acquisition strategy, evaluation criteria, and opportunities for small businesses. For further inquiries, contact Trisha Beals at GPSC5@usgs.gov.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.