Steller Sea Lion Artificial Intelligence Image Processing and Counting Enhancement Effort
ID: ACQ-AONCASAT01-25-0097Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONUS

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole-source contract with Kitware, Inc. for the enhancement of artificial intelligence (AI) image processing and counting methods related to Steller sea lion populations in Alaska. The project aims to refine aerial imagery collection processes by improving existing detection and classification models, which are currently time-consuming and inaccurate, often relying on manual counting methods that can take up to four months. This initiative is crucial for effective conservation efforts, as it seeks to streamline monitoring processes and enhance data analysis capabilities for protected marine species. Interested vendors must submit their affirmative responses, demonstrating their understanding and capability to meet the requirements outlined in the Performance Work Statement, by 3:30 P.M. Pacific Standard Time on August 1, 2025, to Jamie Abu Shakrah at Jamie.AbuShakrah@noaa.gov.

    Point(s) of Contact
    JAMIE ABU SHAKRAH
    jamie.abushakrah@noaa.gov
    Files
    Title
    Posted
    The Performance Work Statement (PWS) from NOAA Fisheries outlines a project aimed at enhancing the monitoring of protected Steller sea lion populations in Alaska using artificial intelligence (AI). The Alaska Ecosystems Program seeks to refine its aerial imagery collection processes by improving current image registration and detection models employed for counting sea lions. Existing methods are time-consuming and somewhat inaccurate, involving traditional manual counting that can take up to four months. The project will focus on further developing two key models: the FUSION detection and classification model, which aims to improve accuracy in identifying individual sea lions, and the Suppression image registration model, meant to address overlapping imagery issues. Additionally, the contractor will refine relevant pipelines, scripts, and the DIVE GUI to enhance user interaction and data processing. Key deliverables include quarterly virtual meetings, monthly performance reports, improved tile mosaic capabilities for image sets, model assessments, and virtual training sessions. The overall goal is to streamline the monitoring process, facilitate data analysis, and ensure effective conservation efforts for the Steller sea lion populations while monitoring performance through stringent quality assurance metrics.
    Similar Opportunities
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has issued a Notice of Intent to Sole Source for Shoreline Mapping Support services. This procurement involves modifications to existing contracts to increase the maximum ordering value of the National Geodetic Survey's multiple-award indefinite delivery/indefinite quantity (IDIQ) contracts for Architect-Engineer Shoreline Mapping Services. These services are crucial for the accurate mapping and management of shoreline areas, which play a significant role in environmental monitoring and coastal management efforts. Interested parties can reach out to Michael J. Williams at Michael.J.Williams@noaa.gov or (757) 441-3434, or Nicole Lawson at Nicole.Lawson@noaa.gov or (757) 441-6879 for further details.
    Intent to Sole Source – Non-Personal Services for Calibration/Repair/Maintenance and Purchase of Sea-Bird Electronic (SBE) Instruments
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract to Sea-Bird Electronics for the procurement of 60 new SBE56 temperature sensors and the repair and calibration of 43 existing sensors. This acquisition is critical for the upcoming FY26 National Coral Reef Monitoring Program mission, which focuses on measuring ocean temperature for climate change research in American Samoa and the Pacific Remote Island Areas. The necessity for identical sensors from Sea-Bird Electronics arises from the need to maintain data and operational continuity, as they are the only authorized manufacturer capable of providing the required equipment and services. Interested parties may contact Stephanie Fisher at STEPHANIE.FISHER@NOAA.GOV or by phone at 808-725-5633, with the total estimated value of the procurement being less than $250,000 and a delivery deadline set for March 20, 2026.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    Justification for an Exception to Fair Oppurtunity
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking justification for an exception to fair opportunity for an order exceeding the simplified acquisition threshold. This procurement involves general science and technology research and development services, which are critical for advancing NOAA's mission in environmental monitoring and research. The opportunity is based in Silver Spring, Maryland, and interested parties can reach out to Sarah Corey at sarah.corey@noaa.gov or Darrin S Moore at Darrin.Moore@noaa.gov for further details. Additional information can be found in the attached document.
    SOLE SOURCE: Applanix DSS Maintenance/Support for NOS NGS
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Applanix Corp. for the continued maintenance, support services, and licensing of an existing Applanix Digital Sensor System (DSS) and its associated software. This procurement is critical for NOAA's mission to conduct congressionally mandated surveys of the National Shoreline and nearshore bathymetry, as well as to support emergency response activities related to both manmade and natural disasters. Applanix is the sole provider capable of meeting these specific requirements, as confirmed by market research, and the statutory authority for this non-competitive acquisition is outlined in FAR 13.106-1(b)(1)(i). Interested parties who believe they can fulfill these requirements may submit a Capability Statement by 11:00 AM EST on January 13, 2026, to the Contract Specialist, Chelsea Vera, at chelsea.vera@noaa.gov.
    Human Mobility Data Subscription
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking a qualified provider for an annual subscription to human mobility data, with options for two additional one-year renewals. The primary objective is to utilize this data to analyze recreational and other human uses of coastal natural resources in the U.S., particularly in relation to the impacts of oil spills and toxic waste sites. This data will be crucial for NOAA's Assessment & Restoration Division and its partners in monitoring marine sanctuary use and valuing environmental amenities. Interested vendors should note that the solicitation is expected to be issued around January 8, 2026, with quotes due by February 17, 2026. For further inquiries, vendors can contact Marion Cavanaugh at marion.cavanaugh@noaa.gov or Tyrone Lewis at tyrone.m.lewis@noaa.gov.
    Notice of Intent to negotiate sole source contract for 7500 FAST Real Time PCR System
    Commerce, Department Of
    The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract to ThermoFisher Scientific Company for maintenance and repair services of the 7500 Real Time PCR System located at the National Seafood Inspection Lab in Pascagoula, Mississippi. This procurement is essential due to the specialized nature of the equipment, which can only be serviced by ThermoFisher Scientific, the exclusive manufacturer and intellectual property holder of the system and its software. The contract period is set from January 5, 2026, to January 4, 2027, with four optional years, and the applicable NAICS code is 811210, with a size standard of $34.0 million. Interested firms that believe they can meet the requirements may submit documentation to the primary contact, Amy Gilliland, at amy.gilliland@noaa.gov, within 15 days of this notice, as this opportunity is not open for competitive proposals.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    North Atlantic Right Whales
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Jacksonville District, intends to award a sole source contract to Associated Scientists at Woods Hole, Inc. for conducting monitoring services related to the endangered North Atlantic Right Whales along the Northeast Coast of Florida. The contractor will perform shore-based and aerial surveys, as well as reporting, to mitigate habitat disruption during USACE dredging activities, particularly during the critical calving and wintering season from December to March. This procurement is vital for ensuring the protection of the North Atlantic Right Whale, which is only found in specific coastal waters of Southeastern Georgia and Northeastern Florida. Interested parties may contact Ms. Florutha A Robinson at florutha.a.robinson@usace.army.mil or Mr. Gary R Weir at gary.r.weir@usace.army.mil for further inquiries, as no solicitation will be posted for this requirement.
    NOAA/USCG Recapitalization Project (Design-Build)
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified Design-Build firms for the recapitalization of the U.S. Coast Guard (USCG) Base Juneau waterfront in Alaska. The project involves the complete Design-Build replacement of severely degraded marine and shoreside structures, utilities, and support systems to accommodate up to three USCG vessels, including the CGC Storis, with an estimated contract value between $125 million and $200 million. This initiative is crucial for enhancing operational capabilities and ensuring the longevity of the facilities, with a projected award date in Q3/Q4 FY 2026. Interested parties must submit their qualifications and bonding capacity confirmation by January 16, 2026, to Jana Kolb at jana.kolb@noaa.gov or Amy L. McLiverty at amy.l.mcliverty@noaa.gov.