Glider Lithium Batteries
ID: 143051-25-0024Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONUS

NAICS

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

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Hefring Inc. for the procurement of 15 Glider Lithium Batteries, specifically designed for their Oceanscout autonomous gliders. This procurement is part of ongoing research initiatives under the Inflation Reduction Act, focusing on utilizing autonomous systems for ecosystem monitoring and data collection. The contract will cover the delivery of the batteries in the base year, with potential options for additional batteries in subsequent years, totaling up to $100,000, with an initial budget of approximately $67,750. Interested parties must submit capability statements via email to Diamond Turner at diamond.turner@noaa.gov by 10:00 a.m. ET on January 9, 2025, to be considered for this opportunity.

    Point(s) of Contact
    TURNER, DIAMOND A.
    DIAMOND.TURNER@NOAA.GOV
    Files
    Title
    Posted
    The government seeks to procure replacement lithium-ion batteries for Hefring Engineering's Oceanscout autonomous gliders as part of the Inflation Reduction Act's initiatives focused on uncrewed systems and ecosystem monitoring. The contract requires the vendor to deliver fifteen (15) battery packs, configured either as a single unit or in two sub-units, in the initial year, with up to five (5) batteries in each of the subsequent option years. The performance period encompasses a base year followed by two optional twelve-month extensions, demanding timely delivery of products. This procurement underscores the need for continual evaluation of autonomous instruments essential for data collection to enhance environmental surveys, ensuring efficient operation of the technology employed in ecological research.
    The Department of Commerce, specifically NOAA's Southwest Fisheries Science Center, is seeking to procure replacement lithium-ion battery packs for newly bought Hefring Oceanscout personal underwater gliders. This need arises from the ongoing research under the Inflation Reduction Act, which involves utilizing autonomous systems to gather ecosystem-wide data. The contract mandates the delivery of 15 sets of batteries in the base year, with potential additional batteries in subsequent years, totaling up to $100,000, with the initial year budgeted at approximately $67,750. Hefring Inc. is identified as the sole source for these batteries since they are uniquely designed for compatibility with their proprietary glider systems. Prior procurement data supports the pricing, and the vendor has assured no price increases throughout the contract's duration. The necessity for compatibility with existing equipment justified this single-source determination, underlining the lack of alternative suppliers. The document is certified as meeting the government's requirements, confirming that all information regarding the procurement is accurate and complete.
    Lifecycle
    Title
    Type
    Glider Lithium Batteries
    Currently viewing
    Special Notice
    Similar Opportunities
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    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.
    BATTERY, STORAGE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 100 units of the Concorde Battery Corp. Battery, Storage (P/N GPL-8DL), under a total small business set-aside contract. This procurement is critical as the batteries are essential components for the Coast Guard's 47 MLB vessels, and the specific brand is required due to the proprietary nature of the technical data, which is not available from other sources. Interested vendors must submit their quotes by December 22, 2025, at 12:00 PM EST, and should direct inquiries to Brandie R. Dunnigan at brandie.r.dunnigan@uscg.mil or call 571-607-2369.
    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.
    RENEWAL OF FUGRO MARINESTAR DGNSS SATELLITE POSITIONING DATA SUBSCRIPTION SERVICE
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Fugro USA Marine Inc. to renew the MarineStar DGNSS satellite positioning data subscription service for Septentrio receivers. This service is critical for NOAA's uncrewed systems, which require precise point positioning via a Differential Global Navigation Satellite System (DGNSS) to produce accurate navigational charts. The contract will ensure continued access to the only DGNSS service provider with national coverage, which is essential for high-quality data in offshore environments. Interested firms that believe they can meet the government's requirements may submit documentation to Kyle Lawrence at kyle.lawrence@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
    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.
    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.
    61--BATTERY,STORAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of storage batteries under solicitation number 6140016772079. The requirement includes the delivery of two units each to the USS The Sullivans (DDG 68), USS Anchorage (LPD 23), and USS Bulkeley (DDG 84), with a delivery timeline of 60 days after order. These batteries are critical for the operational readiness of naval vessels, ensuring reliable power supply for various onboard systems. Interested vendors, particularly small businesses, are encouraged to submit their quotes electronically, with all inquiries directed to the DLA's buyer via the provided email address, DibbsBSM@dla.mil.
    Long Term Contract for NSNs 6135014783935 and 6135015279592 (Nonrechargeable Batteries)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking contractors for a long-term contract involving the procurement of non-rechargeable batteries identified by National Stock Numbers (NSNs) 6135014783935 and 6135015279592. The contract will cover an estimated annual demand of 1,598 units for NSN 6135014783935 and 1,247 packages for NSN 6135015279592, with a maximum contract period of five years and an estimated total value of $14,419,920. These batteries are critical application items with specific packaging, marking, and shipping requirements, including adherence to military and hazardous material regulations, and will require First Article Testing for quality assurance. Interested parties should contact Chuck Mielke at charles.mielkeii@dla.mil or by phone at 419-345-2481 for further details, with the solicitation expected to be posted approximately 15 days after this announcement.
    Underwater Drone
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide underwater drones as part of a procurement initiative aimed at enhancing hydrological data collection capabilities. The requirement includes five autonomous underwater/surface vehicles (AUV/ASV) capable of conducting various measurements, such as conductivity, temperature, and depth (CTD), along with additional data on current vectors and wave heights. These drones will play a crucial role in environmental monitoring and research, supporting the USGS's mission to provide reliable scientific information. Interested parties must submit their quotes in response to Solicitation Number 140G0125Q0210, which will be issued on or about December 16, 2025, with bids due by December 29, 2025. For further inquiries, vendors can contact Rafael Anderson at rlanderson@usgs.gov.