CBP Intent to Sole Source ROV's RJE Oceanbotics, Inc.
ID: 20150634Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

MARINE LIFESAVING AND DIVING EQUIPMENT (4220)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to negotiate a Sole Source Award with RJE Oceanbotics, Inc. for the procurement of three SRV-8 DSS Underwater ROV systems and related equipment. This procurement is justified under FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements. The underwater ROV systems are critical for enhancing marine lifesaving and diving operations, which are essential for border enforcement activities. Interested parties who wish to submit information regarding their capabilities must contact Robert Kay at robert.kay@cbp.dhs.gov by 2:00 PM ET on April 23, 2025; no phone calls will be accepted.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sole Source Shaft Seal Overhaul Kits
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Pioneer Industries Inc. for the procurement of Shaft Seal Overhaul Kits. This contract is being pursued under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can meet the agency's requirements, as Pioneer Industries Inc. is the original equipment manufacturer (OEM) with the necessary proprietary knowledge and technical expertise. The goods are critical for maintaining the operational integrity of Coast Guard vessels, ensuring compatibility and performance standards are met. Interested parties who believe they can fulfill the requirements may submit a capability statement to Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil, with all submissions due by the specified deadline.
    Sole Source; Tank, Mixed Resin & Filters
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Drew Marine USA Inc. for the procurement of tank mixed resin and water and fluid filters. This procurement is essential as Drew Marine USA Inc. is the original equipment manufacturer (OEM) and possesses the proprietary knowledge and specialized capabilities necessary to meet the Coast Guard's requirements, ensuring compatibility and performance. Interested parties who believe they can fulfill these requirements may submit a capability statement to Chad Ball at chad.a.ball@uscg.mil by the specified deadline, although this notice is not a request for competitive proposals. The procurement is being conducted under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can satisfy the agency's needs.
    MQ-9 Unmanned Aircraft Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is planning to issue a Sole Source Contract Modification to General Atomics Aeronautical Systems, Inc. for the procurement of up to eleven MQ-9 Unmanned Aircraft Systems. This contract modification aims to increase the contract ceiling and extend the performance period by an additional 12 months, from October 1, 2026, to September 30, 2027, to support anticipated aircraft deliveries and ongoing operational and maintenance services for the existing UAS fleet. The MQ-9 systems are critical for enhancing the DHS's mission capabilities in border security and surveillance operations. Interested parties are encouraged to express their interest and capabilities in writing to Brenda Mealer at brenda.mealer@cbp.dhs.gov prior to the closing date of this notice, as this is not a request for proposals or bids.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    J&A - Only One Source - Unplanned USCG STA BARNEGAT LIGHT (47222) Dry-dock repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure dry-dock repairs for the STA BARNEGAT LIGHT (47222) vessel, which sustained significant damage during search and rescue operations. The repairs are critical as the vessel is a 47C class ship that has recently undergone a Service Life Extension Program (SLEP), and due to ongoing SLEP activities, Birdon America Inc. is the only vendor capable of performing the necessary repairs, as they currently hold the technical data. Interested parties can reach out to Mark Cap at Mark.Cap@uscg.mil or 410-762-6958, or Janet M Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353 for further information regarding this opportunity.
    RHIB NOTCH ULTRA POLY PAD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of various RHIB Notch Ultra Poly Pads, which are essential components for small boat launch and recovery operations. The contract includes multiple items with specific dimensions and materials, including pads with rubber backing and UV stability, to ensure durability and functionality in marine environments. Interested vendors must comply with stringent packaging and delivery requirements, including adherence to MIL-STD-2073-1E and ASTM-D-3951 standards, and submit their quotes by December 15, 2025, at 10:00 AM EST to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL. All submissions must include a valid DUNS number and be registered with the System for Award Management (SAM).
    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.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as outlined in solicitation RFQ 140G0126Q0011. The procurement requires "Brand Name or Equal" remote control kits for Teledyne RDI River Pro/River Ray and StreamPro ADCPs, which must be delivered to the USGS Caribbean-Florida Water Science Center in Tampa, FL, within 30 days of order receipt. These systems are crucial for converting ADCPs into unmanned surface vehicles, enhancing data collection capabilities in aquatic environments. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. All bidders must be registered at SAM.gov to be eligible for contract award.
    Advanced Robotic Vehicles
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking information on advanced robotic vehicles intended for high-risk law enforcement applications. The procurement aims to identify products and technologies capable of operating in challenging environments, such as barricades, hazardous warrant executions, explosive ordinance disposal, and search and rescue missions. These robotic systems are crucial for enhancing safety and operational efficiency in law enforcement scenarios, requiring capabilities like mobility across diverse terrains, modular payloads, and robust control systems. Interested vendors must submit their responses electronically via SAM.gov within 15 days of the RFI's posting to the primary contact, Ryan F. Burke, at ryan.f.burke@dea.gov, or the secondary contact, Michael Eyes, at michael.s.eyes@dea.gov. This RFI is for planning purposes only and does not guarantee future procurement commitments.