B--Vessel and ROV Services- Blake Plateau
ID: 140M0125Q0027Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF OCEAN ENERGY MANAGEMENTACQUISITION MANAGEMENT DIVISIONSTERLING, VA, 20166, USA

NAICS

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

PSC

SPECIAL STUDIES/ANALYSIS- OCEANOLOGICAL (B526)
Timeline
    Description

    The Department of the Interior, through the Bureau of Safety and Environmental Enforcement (BSEE) on behalf of the Bureau of Ocean Energy Management (BOEM), is soliciting bids for Vessel and Remotely Operated Vehicle (ROV) services to support an investigation of the Blake Plateau. The objective of this procurement is to collect geological and biological data to assess the ecological impact of past mineral extraction activities in the area, with the contract structured on a time-and-materials basis. This initiative is crucial for enhancing ecological stewardship in marine environments, ensuring informed decision-making regarding offshore energy management and environmental oversight. Interested parties should note that the contract value is estimated between $550,000 and $600,000, with offers due by August 5, 2025; inquiries can be directed to Jennifer Moreci at jennifer.moreci@bsee.gov or by phone at 703-787-1218.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior, Bureau of Safety and Environmental Enforcement (BSEE), is soliciting bids for Vessel and Remotely Operated Vehicle (ROV) services to support an investigation of the Blake Plateau over a 12-month period. The procurement follows FAR Part 13.5 and is open for firms meeting the NAICS code 334511 criteria. The main objective is to collect data on benthic communities and assess the ecological impact of past mineral extraction activities in the area. The contract includes a time-and-materials basis for labor and materials, with a ceiling price estimated between $550,000 and $600,000. The scope encompasses planning and executing a survey to collect geological and biological data, requiring up to 11 days of ROV operations at depths of up to 1,000 meters. Contractors must provide a suitable vessel and ROV, along with necessary accommodation for government scientists who will lead operations and data management. Data must be delivered within 30 days post-survey with detailed metadata, ensuring compliance with accessibility standards. Regular meetings and reports are stipulated to track progress and adapt plans. This request illustrates the government's commitment to informed ecological stewardship in marine environments, responding to previous gaps in observational data from extractive activities.
    Amendment No. 3 to RFQ No. 140M0125Q0027, issued by the United States Department of the Interior (DOI), Bureau of Safety and Environmental Enforcement (BSEE) on August 18, 2025, addresses vendor questions regarding "Vessel and Remotely Operated Vehicles (ROV) services to Support an Investigation of the Blake Plateau." This amendment incorporates government responses to questions, clarifying various aspects of the solicitation. Key clarifications include: the contract will be time and materials, requiring the contractor to propose weather allowances and provide dockside assistance; the government science team is responsible for sample transportation to laboratories; detailed specifications for geological, biological, and eDNA samples, including size, weight, and storage requirements; ROV manipulator, navigation, and lighting requirements; sample preservation methods and onboard laboratory capabilities; and protocols for biosafety and data management. It also clarifies that fuel costs are reimbursable, and past performance forms and CPARS ratings count towards the 20-page limit. The document also corrects the Final Survey Plan deliverables, confirming only two versions are required: a draft within 14 days of award and a final at least 30 days prior to the field survey. All other terms and conditions of the original solicitation remain unchanged.
    Amendment #1 to RFQ# 140M0125Q0027 extends the deadline for submitting questions. The new deadline is August 8, 2025, at 5:00 PM Eastern Daylight Time, extended from the original August 4, 2025. All questions must be submitted in writing to Jennifer.Moreci@bsee.gov. Responses will be provided via subsequent amendments if necessary. All other terms and conditions of the solicitation remain unchanged. This amendment is crucial for ensuring potential bidders have adequate time to seek clarifications, which is a standard practice in government procurement processes to facilitate fair and comprehensive proposals.
    The Bureau of Safety and Environmental Enforcement (BSEE), on behalf of the Bureau of Ocean Energy Management (BOEM), is issuing Request for Quote (RFQ) 140M0125Q0027 for "Vessel and Remotely Operated Vehicles (ROV) services to Support an Investigation of the Blake Plateau." This acquisition, conducted under FAR Parts 13.5 (Simplified Acquisition Procedures for Certain Commercial Items) and 12 (Commercial Items), requires offerors to acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each submitted offer, or by separate communication, prior to the specified hour and date. Failure to acknowledge may result in offer rejection. The effective date of this amendment is 07/31/2025, and the due date for offers is 08/05/2025.
    The Bureau of Safety and Environmental Enforcement (BSEE), on behalf of the Bureau of Ocean Energy Management (BOEM), is issuing a combined synopsis/solicitation, 140M0125Q0027, for Vessel and Remotely Operated Vehicles (ROV) services. This Request for Quote (RFQ) is for a project titled “Vessel and Remotely Operated Vehicles (ROV) services to Support an Investigation of the Blake Plateau.” The acquisition is being conducted under FAR Part 13.5 (Simplified Acquisition Procedures for Certain Commercial Items) and FAR Part 12 (Commercial Items). The solicitation was amended on July 31, 2025, with an effective date of August 5, 2025. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, and returning copies of the amendment, acknowledging receipt on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may result in rejection of the offer.
    This document is an amendment to Solicitation No. 140M0125Q0027, issued by the Bureau of Safety and Environmental Enforcement (BSEE) on behalf of the Bureau of Ocean Energy Management (BOEM). The solicitation is a Request for Quote (RFQ) for "Vessel and Remotely Operated Vehicles (ROV) services to Support an Investigation of the Blake Plateau." This acquisition is being conducted under FAR Part 13.5 (Simplified Acquisition Procedures for Certain Commercial Items) and FAR Part 12 (Commercial Items). The amendment specifies that offers must acknowledge receipt by one of three methods: completing and returning copies of the amendment, acknowledging receipt on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date (August 5, 2025) may result in the rejection of the offer. This document outlines the procedures for acknowledging the amendment and notes that all other terms and conditions of the original solicitation remain unchanged.
    The document outlines a Request for Quote (RFQ) issued by the United States Department of the Interior, Bureau of Safety and Environmental Enforcement (BSEE), on behalf of the Bureau of Ocean Energy Management (BOEM). The RFQ concerns a project for Vessel and Remotely Operated Vehicle (ROV) services to support an investigation of the Blake Plateau. The performance period for the contract spans from December 8, 2025, to December 8, 2026, with a single task order relating to the delivery of these services. Key elements of the acquisition include the adherence to federal simplified acquisition procedures and commercial item regulations as per FAR guidelines. The document specifies that contractors must provide services outlined in the attached statement of work and indicates the solicitation will prioritize small business participation, including service-disabled veteran-owned and economically disadvantaged women-owned entities. Important administrative details such as payment information, issue dates, and administrative contacts are also included, along with stipulations regarding the delivery location and invoicing procedures. Overall, this RFQ represents the federal government’s requirements for specialized oceanological studies and analysis in the context of offshore energy management and environmental oversight.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Buyer not available
    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.
    Emergency Response Basic Ordering Agreement
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of providing emergency response services through a Basic Ordering Agreement (BOA) for oil spill containment, cleanup, and mitigation across U.S. waters. The procurement aims to identify contractors who can deliver all necessary labor, materials, equipment, and supervision to effectively respond to hazardous substance incidents, with coverage extending to all U.S. territories, including Puerto Rico and Guam. This initiative is critical for maintaining environmental safety and compliance with the U.S. Coast Guard's Oil Spill Removal Organization (OSRO) Classification Program, which ensures that responders meet specific operational standards. Interested parties must submit their capability statements, including detailed company information and past performance records, to Susan B. Lawson at susan.b.lawson@uscg.mil and Axel Doody at axel.f.doody@uscg.mil by the specified deadline, as this notice serves solely for market research and does not constitute a solicitation for proposals.
    Regular Overhaul (ROH) for USNS RICHARD E BRYD (T-AKE 4) in the Indo-Pacific Region
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Regular Overhaul (ROH) of the USNS RICHARD E BYRD (T-AKE 4) in the Indo-Pacific Region. This contract entails comprehensive maintenance and repair work without dry-dock availability, focusing on various critical ship systems, including propulsion, electrical, and auxiliary machinery, to ensure operational readiness and compliance with regulatory standards. The performance period is scheduled from March 30, 2026, to May 28, 2026, with options extending to June 12, 2026, and the work must be conducted within the U.S. 7th Fleet Area of Responsibility, excluding India. Interested parties should contact Samantha Cheong at wannaisamantha.cheong.ln@us.navy.mil or call 656-750-2833 for further details and must be registered in SAM.gov to be eligible for award.
    Stern tube/ Dive Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for a stern tube and dive inspection of the USCGC RESOLUTE, scheduled to take place from December 15 to December 19, 2025, in St. Petersburg, Florida. The contractor will be responsible for conducting a thorough underwater inspection of the propulsion shaft bearings, focusing on diagnosing noise and vibration issues, and must adhere to safety protocols and communication requirements as outlined in the Statement of Work. Interested contractors must submit their firm fixed price proposals, including detailed cost breakdowns and compliance with federal regulations, by December 10, 2025, at 12:00 PM EST, to Mr. Cornelius Claiborne via email. For further inquiries, potential offerors may contact Mr. Claiborne or Contracting Officer Patricia Fremming.
    USCGC REEF SHARK DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    19--NPS ISRO Ranger IV Vessel
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    F--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.