Hydroacoustical Data Collection and Analysis
ID: W913E525N9808Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 COLD RGNS RSCH ENG LABHANOVER, NH, 03755-1290, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking to award a sole-source contract to the Wood Hole Oceanographic Institute (WHOI) for hydroacoustical data collection and analysis services. The objective is to gather underwater acoustic sound pressure level data associated with various piledriving operations at WHOI's permitted test area in Woods Hole, Massachusetts, which is critical for advancing ongoing research as part of a larger study by the USACE North Atlantic Division. This unique opportunity arises from WHOI's exclusive access to the test site and its specialized expertise in hydroacoustical data processing, making it the only viable provider for these non-commercial services. Interested parties may submit capability statements to Kim D. Roberson at kim.d.roberson@usace.army.mil by 12:00 PM CDT on May 2, 2025, to express their interest, although this notice does not constitute a request for competitive quotations.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Notice of Intent - WSD Acoustic Fish Tags
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, intends to procure acoustic transmitter tags through a contract modification with HTI-VEMCO USA Inc. This procurement aims to fulfill the requirement for acoustic transmitter tags, which are essential for various research and monitoring applications in aquatic environments. Interested suppliers are invited to demonstrate their capabilities and interest in fulfilling this requirement by providing specific organizational information and evidence of their ability to meet the government's needs. Responses must be submitted by 12:00 PM (PDT) on January 5, 2026, to James Neal at james.neal@usace.army.mil.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    Mississippi Valley Division Civil Works Areas of Interest Commercial Solutions Openings
    Dept Of Defense
    The Department of Defense, through the Mississippi Valley Division (MVD) of the U.S. Army Corps of Engineers (USACE), is issuing a Commercial Solutions Opening (CSO) to solicit innovative commercial products, technologies, and services aimed at enhancing civil works operations. The primary objectives include addressing maintenance of navigation channels, improving materials and repair methods for navigation structures, and developing solutions for sedimentation prediction and flood risk management. This initiative is critical for maintaining navigability and safety in U.S. waterways, with specific focus areas including the maintenance dredging of the Vermilion River in South Louisiana, which faces unique environmental and logistical challenges. Interested parties should submit solution briefs by December 5, 2025, with potential contract awards anticipated by January 30, 2026. For further inquiries, contact Whitney Dee at Whitney.R.Dee@usace.army.mil or Catherine Hansen at catherine.a.hansen@usace.army.mil.
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.
    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.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    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.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    Lease of Small Craft
    Dept Of Defense
    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.