Unmanned Surface Vehicle Data Collection Services
ID: N0018925USVType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- MANAGEMENT: DATA COLLECTION (R702)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Oceanographic Office (NAVOCEANO), is seeking qualified contractors to provide unmanned surface vehicle (USV) data collection services aimed at enhancing bathymetric surveys in international waters. The contractor will be responsible for autonomous sonar data collection, processing, and delivery, ensuring high data quality in compliance with International Hydrographic Organization standards, while also providing continuous customer support and technical assistance. This initiative is critical for improving safe navigation and situational awareness for naval operations, with the contract expected to span a base year and four optional years. Interested parties must submit their responses, including company details and capability statements, by 10:00 AM on July 17, 2025, to the primary contact, Borui Tang, at borui.z.tang.civ@us.navy.mil.

    Files
    Title
    Posted
    The Naval Oceanographic Office (NAVOCEANO) seeks a contractor for long-endurance unmanned surface vehicle (USV) data collection services to enhance bathymetric surveys in international waters. The objective is to address the Navy's need for additional bathymetric data while optimizing resource allocation in line with the Department of Government Efficiency initiatives. The contractor will be responsible for autonomous sonar data collection, processing, and delivery using advanced technologies, ensuring high data quality following International Hydrographic Organization standards. The contract spans a base year and four optional years, with continuous customer support and 24/7 technical assistance throughout the process. Key deliverables include regular reports, survey data, and metadata, all accessible via a secure online platform. The contractor is also responsible for maintaining compliance with cybersecurity standards and operational efficiency, ensuring data accuracy and timeliness. This project emphasizes the importance of safe navigation and increased situational awareness for naval operations.
    The Fleet Logistics Center Norfolk seeks information through this Sources Sought Notice to identify qualified sources for anticipated unmanned surface vehicle data collection services. The proposed Firm Fixed Price (FFP) contract falls under NAICS Code 518210, focusing on maritime solutions for data collection and sonar data processing in the Western Pacific region. The contract's performance period is anticipated from September 30, 2025, to September 29, 2026. Interested parties must submit a response that includes company details, business size classification, capability statement with relevant past performance, and any questions or concerns. Responses are limited to 10 pages and must be emailed by 10:00 AM on July 17, 2025. It is emphasized that this notice is for information purposes only and not a solicitation for proposals. The government will not provide feedback on submissions, and details may change prior to any official solicitation. This notice serves as a preliminary step in the contracting process to ascertain potential industry interest and capabilities for upcoming maritime data services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Wave Gliders
    Buyer not available
    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.
    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.
    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.
    Ocean Explorer (OEX) Large Underwater Vehicle Demonstrator
    Buyer not available
    The Department of Defense, through the Office of Naval Research (ONR), is seeking proposals for the Ocean Explorer (OEX) Large Underwater Vehicle Demonstrator, aimed at developing an ultra-large autonomous undersea vehicle capable of conducting extended ocean missions with a large modular payload. The initiative emphasizes rapid design, build, and testing phases, specifically focusing on establishing the technical feasibility of the vehicle and the necessary operational infrastructure to support a hypothetical OEX squadron. This program is critical for advancing naval capabilities in uncrewed underwater vehicle technology, with a total funding expectation of $30 million for up to two contracts. Interested parties must submit white papers by October 24, 2025, with full proposals due by December 1, 2025; for further inquiries, contact Leila Hemenway at leila.k.hemenway.civ@us.navy.mil or call 703-696-0694.
    Unmanned Maritime Systems (UMS) Support
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC). This opportunity is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires responses to be submitted via the PIEE solicitation module. The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties should contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil for further details, as the solicitation is part of a previously posted effort under the number N6133125R3009.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    Supplemental Vibration Retesting Services for Navy Ultraviolet Ballast Water Treatment System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to award a firm fixed price contract for Supplemental Vibration Retesting Services for the Navy Ultraviolet Ballast Water Treatment System (BWTS) on a sole source basis. The contractor will be responsible for conducting vibration retesting at their facility, utilizing existing procedures, and providing a detailed test report following the completion of the testing process. This service is critical for ensuring the operational integrity of the BWTS, which is essential for maintaining compliance with environmental regulations aboard naval vessels. Interested parties must submit their quotes by 09:00 AM on December 16, 2025, and include necessary documentation such as pricing, CAGE Code, and business size, as the procurement is not set aside for small businesses.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Remote Minehunting (RMH) Module
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Remote Minehunting (RMH) Module, aimed at enhancing mine detection, classification, and localization capabilities. This procurement encompasses the production of the RMH Module, associated engineering support, and spare parts, consolidating these requirements into a single competitive contract to streamline operations and improve integration efficiencies. The RMH Module will replace the existing AN/AQS-20 system and is critical for mine warfare operations, with an anticipated contract award in August 2026. Interested parties should contact Kevin Burk at kevin.j.burk3.civ@us.navy.mil or Ethan Breitenbach at ethan.g.breitenbach.civ@us.navy.mil for further details and must monitor the solicitation on PIEE for updates and amendments.