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.
    SUGV CHASSIS,QUAD V
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for a one-time purchase of the SUGV Chassis, Quad V (NSN 1385-01-659-6533). Interested suppliers must provide information to become an approved source for this item, which is currently manufactured by Teledyne FLIR Unmanned Ground Systems, Inc. The procurement is critical for supporting military operations, and suppliers are encouraged to complete the attached market survey detailing company capabilities, item characteristics, and pricing data by the deadline of 1:00 PM EST on December 18, 2025. For further inquiries, interested parties may contact Garrison Ball at garrison.ball@dla.mil or by phone at 614-692-8861.
    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.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for its missions. The contract will require the contractor to supply a U.S.-built vessel with specific operational capabilities, including a 2,000 nautical mile range and the ability to accommodate 12 Coast Guard personnel, while performing operations primarily in the Caribbean Basin and other designated areas. This procurement is crucial for ensuring effective logistics and transportation support for USCG operations, with a total funding ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested parties can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    Micro-Unmanned Underwater Vehicle (UUV), Multi-Vehicle Pods
    Buyer not available
    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.
    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.
    PARTS KIT PROPELLER SHIP
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Propeller, essential for the 210 WMEC A Class propulsion systems. The procurement requires the delivery of two units of the Propulsion Systems Inc. propeller hub change-out kit, which must meet stringent packaging and marking requirements to prevent damage during transit and ensure compliance with military standards. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their proposals by December 12, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, ensuring they are registered with SAM and comply with all specified requirements.
    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.