19--Sonar Underwater Drone BIA Off. of Justice Service
ID: 140A1625Q0025Type: Combined Synopsis/Solicitation
AwardedApr 16, 2025
$430.8K$430,835
AwardeeBIGHORN RIDGERUNNERS, LLC 1850 COTILLION DR UNIT 1323 DUNWOODY GA 30338 USA
Award #:140A1625P0018
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, USA

NAICS

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

PSC

SPECIAL SERVICE VESSELS (1925)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is seeking proposals for the procurement of sonar underwater drones and associated equipment specifically for the Office of Justice Services. The solicitation focuses on acquiring brand-name OceanBotics SRV-8 ROVs, along with essential components such as multibeam sonar systems, DVL navigation solutions, robotic grabbers, and spare parts, to enhance operational capabilities in aquatic environments. This initiative underscores the government's commitment to utilizing advanced technology for monitoring and emergency response, while promoting economic opportunities for Indian Small Business Economic Enterprises (ISBEEs). Proposals are due by April 4, 2025, with delivery expected within 90 days of order receipt; interested parties can contact Lara Wood at lara.wood@bia.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications and delivery requirements for purchasing underwater drones, specifically the OceanBotics SRV-8 ROV model and associated equipment. The procurement is intended for federal agencies, with a focus on brand-name products only. The proposal includes items such as multibeam sonar systems, a DVL solution for enhanced navigation, robotic grabbers, spare battery sets, thruster kits, and a five-year warranty. A total of 3 to 4 units are requested for several key components. Delivery is planned for various Bureau of Indian Affairs (BIA) offices across Regions 1 to 4, each specified with distinct quantities of the equipment. Each delivery site will receive a combination of the ROV and other essential components packaged for operational use. This initiative emphasizes the need for advanced maritime technology to support government operations in diverse aquatic environments while ensuring compliance with procurement regulations. The focus on an established brand, alongside the detailed listing of required components and delivery locations, signifies the government's commitment to acquiring high-quality, reliable underwater operational capabilities.
    This document outlines an RFP for the procurement of specialized underwater drones and associated equipment for federal use. It specifies the brand-name OceanBotics SRV-8 ROV and includes various components such as multibeam sonar systems, DVL navigation solutions, robotic grabbers, battery sets, and thruster kits. A total of three units for each core item are requested, along with four spare battery sets and thruster kits, plus a five-year extended warranty for the systems. Delivery locations for the operational systems are designated across four regions, including Billings, Rapid City, Albuquerque, and Muskogee, each requiring specific equipment sets. The document serves a crucial role in the strategic advancement of underwater technology within governmental operations, likely aimed at enhancing capabilities for monitoring, exploration, or emergency response in aquatic environments. Overall, it reflects the government's commitment to acquiring advanced technological solutions to fulfill its operational needs effectively.
    The document outlines the self-certification process for Offerors under the Buy Indian Act as defined in 25 U.S.C. 47. It emphasizes that Offerors must prove they are classified as "Indian Economic Enterprises" (IEE) per DIAR Part 1480 at three critical points: when making an offer, at the contract award, and throughout the contract duration. Contracting Officers can request further documentation regarding eligibility at any stage. Submission of false information during this process is illegal, carrying potential penalties under various United States Code sections. The form requires Offerors to provide identifying details such as the name of the federally recognized tribal entity, unique entity ID, legal business name, and the owner's name who holds at least 51% ownership. This representation is crucial to ensure compliance with federal regulations regarding contracting opportunities for Indian-owned enterprises.
    The document outlines a justification for a sole-source procurement of three RV-8 Underwater Robotic Vehicles by the Office of Justice Services' Missing and Murdered Unit. This acquisition aims to enhance the unit's capacity to solve cases involving missing and murdered individuals. The justification cites the need for brand-specific equipment due to operational compatibility with existing drones already in use, asserting that these units are crucial for effective evidence retrieval and deployment. The process of soliciting offers has been properly executed through SAM.gov, targeting Indian Small Business Economic Enterprises. Market research indicates adequate competition, with at least 45 potential vendors, and prior interactions with RJE Oceanbotics clarify interest in this procurement. Additionally, the contracting officer determined the anticipated costs will be fair and reasonable. Overall, the filing supports the use of limited competition based on the uniqueness of the equipment requirements while outlining strategies for future competitive acquisitions.
    The document outlines a solicitation (No. 140A1625Q0025) issued by the Department of the Interior, Bureau of Indian Affairs, for procurement of sonar underwater drone equipment for the Office of Justice Services. The solicitation is designed in compliance with the Federal Acquisition Regulation (FAR) for commercial products and services, and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs). The contract type is a Firm-Fixed-Price Purchase Order, with a total of eight specified line items related to various underwater drone components, including the Oculus M750d Multibeam Sonar System and additional supporting equipment. Quotes are due by April 4, 2025, and the delivery is expected within 90 days of order receipt. Proposed pricing must include customer support and training for users. The document also details applicable FAR and Department of the Interior regulations, instructions for offerors, and responsibilities regarding invoicing through the Treasury's Invoice Processing Platform (IPP). This solicitation is part of the federal government’s commitment to ensure procurement contracting opportunities for small businesses, particularly for enterprises owned by Indian communities. The main objective is to ensure supply availability for the Office of Justice Services through efficient and compliant procurement processes.
    The document outlines a Request for Proposal (RFP) issued by the Bureau of Indian Affairs (BIA) under the U.S. Department of Interior for the procurement of Sonar Underwater Drone Equipment. This solicitation is geared towards Indian Small Business Economic Enterprises (ISBEEs) and includes multiple line items such as underwater drones, multibeam sonar systems, robotic grabbers, and spare parts, with an emphasis on brand-name specifications. Each item is required to include customer support and a warranty, with a total offer price indicated. The anticipated delivery timeframe is 90 days post-order, with specific terms and conditions stipulated under the Federal Acquisition Regulations (FAR) and Department of Interior Acquisition Regulations (DIAR). Proposals must meet all required clauses and provisions outlined to ensure compliance and facilitate adequate performance reporting through the Contractor Performance Assessment Reporting System (CPARS). The document emphasizes the importance of utilizing small business resources and maintaining the federal standards in the acquisition process. Overall, the RFP aims to equip the BIA's Office of Justice Services with advanced marine technology while actively promoting economic opportunities for eligible small businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    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.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.