B--NOI - Liquid Robotics - Wave Glider services
ID: 140G0325Q0199Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFFICE OF ACQUISITON GRANTSSACRAMENTO, CA, 95819, USA

NAICS

Geophysical Surveying and Mapping Services (541360)

PSC

SPECIAL STUDIES/ANALYSIS- OCEANOLOGICAL (B526)
Timeline
    Description

    The U.S. Geological Survey (USGS) intends to negotiate a purchase order with Liquid Robotics for specialized piloting services related to the operation of the Wave Glider system, specifically model SV3-1126, with a planned deployment date in August 2025. Liquid Robotics, as the developer of the Wave Glider and its Management System, possesses unique qualifications and proprietary knowledge essential for effective operation, making them the sole vendor capable of fulfilling this requirement. This procurement is governed by Federal Acquisition Regulation (FAR) clauses, and while it is not a request for competitive quotes, other interested parties may submit quotations for consideration by the USGS. Interested parties must submit their responses electronically by August 4, 2025, to the primary contact, Charlan Fejarang, at cjfejarang@usgs.gov, as hardcopy submissions will not be accepted.

    Point(s) of Contact
    Fejarang, Charlan
    (916) 278-9329
    (916) 278-9339
    cjfejarang@usgs.gov
    Files
    Title
    Posted
    The Statement of Objectives (SOO) outlines the requirement for Wave Glider piloting services to support the U.S. Geological Survey (USGS) in managing the SV3 Wave Glider (SV3-1126) over an expected mission duration of 6 to 8 weeks. These autonomous vessels perform various tasks but face operational risks including adverse weather, vessel traffic, and communication limitations. The selected contractor will maintain 24/7 situational awareness and control, conduct pre- and post-launch checks, and navigate the vessel through mission tasks while assessing and mitigating risks in real-time. Critical components of the service include detailed mission planning, communication with USGS personnel, and operational management throughout the mission, ensuring safety and effective mission execution. The contractor is required to submit a report on operational risks and deliver specified documentation throughout the project duration. This RFP emphasizes the need for experienced personnel to operate and respond to challenges posed during the mission, thus supporting the broader scientific goals of the USGS.
    The U.S. Geological Survey (USGS) intends to negotiate with Liquid Robotics for piloting services related to the operation of the Wave Glider system, specifically model SV3-1126, with a deployment date set for August 2025. Liquid Robotics, the system's developer, possesses unique qualifications and proprietary insights necessary for effective management and operation, making them the only vendor capable of fulfilling this requirement within the timeline. This procurement is governed by Federal Acquisition Regulation (FAR) clauses, specifically FAR 13.106-1(b) and parts pertaining to commercial items and simplified acquisition procedures. The notice serves to fulfill FAR Subpart 5.2 requirements, clarifying that it is not a request for competitive quotes. However, other interested parties may submit quotations, which the USGS will consider at its discretion. The relevant North American Industry Classification System (NAICS) code is 541360, which pertains to Special Studies/Analysis in Oceanology, indicating an annual size standard of $28.5 million. All responses must be submitted electronically by August 4, 2025, as hardcopy submissions will not be accepted.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Wave Gliders
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for Wave Gliders, classified under miscellaneous ship and marine equipment. This opportunity aims to fulfill specific operational requirements that necessitate advanced marine technology for various defense applications. Wave Gliders are critical for enhancing maritime capabilities, providing innovative solutions for surveillance, reconnaissance, and data collection in marine environments. Interested vendors can reach out to Kristina B. Brannon at kristina.brannon.1@us.af.mil for further details regarding the procurement process and requirements.
    USCGC WAESCHE RO SYSTEM PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide parts for the Reverse Osmosis (RO) System on the USCGC Waesche, which has been experiencing issues with reliable water production. The procurement includes the supply of specific parts identified from a prior assessment, along with the requirement for two technicians to install these parts and accompany the Cutter during its shakedown to verify repairs. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it can produce potable water effectively. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and must be enrolled in the System for Award Management (SAM) prior to contract issuance. For further inquiries, vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Buoy Services Wave Data Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    Imtra Wipers and parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various Imtra wiper parts essential for the operation of the 45’ Response Boat Medium (RBM). The procurement includes specific items such as controllers, pumps, and nozzles, all manufactured by Imtra Corporation, which is the sole source due to the lack of technical data for equivalent products. This acquisition is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must ensure they are registered with SAM.gov and comply with specific packaging and delivery requirements. Quotations are due by January 30, 2026, and inquiries can be directed to Michael Fitzer at Michael.G.Fitzer@uscg.mil or Cynthia A. Matthews at cynthia.a.matthews@uscg.mil.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    Lease of Small Craft
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    SINGLE-AXIS TILT SENSORS IAW SALIENTS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Single-Axis Tilt Sensors and associated cable assemblies as outlined in Solicitation Number 140G0126Q0005. The procurement requires the delivery of five Jewell Instruments tilt sensors with specific technical characteristics, including a +/- 60-degree tilt limit and a sealed housing, along with five 80 ft. power/data connector cables, to be delivered to the Hydrologic Instrumentation Facility in Tuscaloosa, AL within 30 days of order receipt. This acquisition is critical for hydrological instrumentation and monitoring, ensuring compliance with federal standards and regulations. Interested vendors must submit their quotes by December 8, 2025, and direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 4, 2025.
    Commerical Solutions Opening - GRL
    Buyer not available
    The Department of Defense, through the Engineer Research and Development Center (ERDC) Geospatial Research Laboratory (GRL), is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial technologies and services. The solicitation aims to enhance mission command environments, develop full 3D mapping capabilities, and advance remote sensing technologies, inviting proposals for both existing technologies and new applications that address geospatial capabilities. Proposals will be evaluated based on technical innovation, relevance to agency needs, and pricing, with a maximum of two submission volumes allowed. The solicitation is open until June 30, 2026, and interested parties can contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil for further information.
    USCGC SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.