AUV Operations and Maintenance Services
ID: 1305M325Q0222Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

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

PSC

SUPPORT- MANAGEMENT: DATA COLLECTION (R702)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) to provide Autonomous Underwater Vehicle (AUV) operations and maintenance services. The contractor will be responsible for operating and maintaining SeaBed type AUVs, analyzing and archiving collected data, and supporting data workflow modernization, with work primarily conducted off-site and involving up to two research cruises on the West Coast. This contract is crucial for advancing NOAA's scientific research capabilities and ensuring effective data collection and analysis in marine environments. Proposals are due by September 2, 2025, with the contract period running from September 15, 2025, to September 14, 2026. Interested parties can reach out to Madison Vogeler at madison.vogeler@noaa.gov or Jenna Taulman at jenna.taulman@noaa.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Wage Determination No. 2015-5535 Revision No. 26, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contracts in King and Snohomish Counties, Washington. It specifies that contracts entered into on or after January 30, 2022, or renewed/extended after this date, must pay a minimum of $17.75 per hour as per Executive Order 14026. Contracts awarded between January 1, 2015, and January 29, 2022, not renewed or extended, must pay at least $13.30 per hour under Executive Order 13658. The document lists wage rates for numerous occupations, including administrative, automotive, food service, health, and technical roles. It details fringe benefits such as health and welfare, paid vacation (2 weeks after 1 year, 3 after 5, 4 after 15), and eleven paid holidays. Additionally, it addresses paid sick leave under Executive Order 13706, hazardous pay differentials (4% or 8%), and uniform allowances. The document also provides a conformance process for unlisted job classifications.
    The National Oceanic and Atmospheric Administration (NOAA) National Marine Fisheries Service (NMFS) Northwest Fisheries Science Center (NWFSC) is seeking a contractor for Autonomous Underwater Vehicle (AUV) operation and maintenance. The contractor will provide scientific and technical support, including operating and maintaining SeaBed type AUVs, analyzing and archiving collected imagery and data, and assisting with data workflow modernization. Key tasks involve AUV maintenance at NOAA facilities in Newport, Oregon, camera calibrations, data analysis and organization, data archiving, and participation in at-sea operations. The contractor must have professional experience in electrical engineering, a Bachelor of Science in Electrical Engineering, documented experience operating SeaBed type AUVs, and experience with underwater navigation systems, Postgres databases, and diverse research teams at sea. The contract is a firm-fixed-price for 12 months, with work primarily conducted off-site, including up to two research cruises on the West Coast. Required training includes NOAA IT Security, Safety, Sexual Assault/Sexual Harassment Prevention and Response, and Records Management 101.
    This government solicitation, identified as 1305M325Q0222, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide AUV operations and maintenance services. The solicitation outlines contract terms and conditions, including various Federal Acquisition Regulation (FAR) clauses and Department of Commerce Acquisition Regulation (CAR) clauses. Key requirements include registration in the System for Award Management (SAM) and FedConnect, electronic submission of payment requests through the Invoice Processing Platform (IPP), and adherence to NOAA's Sexual Assault and Sexual Harassment Prevention and Response Policy for vessel crew members. Offerors must submit proposals by September 2, 2025, and are required to provide a technical approach, past performance records, and completed representations and certifications. The period of performance is from September 15, 2025, to September 14, 2026. Questions regarding the solicitation must be submitted within 48 hours of issuance.
    Lifecycle
    Title
    Type
    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.
    Fleet Stability Software Support Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract for Fleet Stability Software Support Services to Herbert-ABS Software Solutions. The procurement aims to provide and maintain the CargoMax and HECSALV stability software for NOAA's fleet of 15 research and survey vessels, which includes initial installations, software maintenance, and updates to data files and vessel information. This software is critical for ensuring the operational stability and safety of NOAA's vessels, and the contractor will also be responsible for providing technical support, training for ship crews, and maintaining a secure distribution website. Interested parties who believe they can meet the requirements must submit a capability statement to the Contract Specialist, Tamara Horton, by December 8, 2025, at 12:00 PM EST.
    RDTE Program Technical Services
    Buyer not available
    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.
    M--TRANSIT THE ST LAWRENCE SEAWAY AND WELLAND CANAL
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking a qualified port agent to provide services for the transit of the NOAA Ship Thomas Jefferson through the St. Lawrence Seaway and Welland Canal, with a performance period from March 1, 2026, to October 31, 2026. The selected contractor will be responsible for providing English-speaking pilotage, coordinating pilot arrivals and departures, managing lock operations, and handling all associated fees and documentation for both upbound and downbound transits. This procurement is critical for supporting NOAA's hydrographic research activities in Lake Erie and Lake Ontario, ensuring safe and efficient navigation through these waterways. Interested vendors must submit their quotations electronically by November 28, 2025, at 5:00 p.m. ET, to Alexander.Cancela@noaa.gov, and are encouraged to direct any questions in writing by November 24, 2025, at 9:00 a.m. ET.
    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.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    USCGC Kathleen Moore DS FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC Kathleen Moore (WPC-154) for fiscal year 2026. The procurement includes essential repair tasks such as renewing grey water piping and resealing interior wet deck coverings, with a focus on compliance with Coast Guard specifications and environmental regulations. This contract is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, and emphasizes the importance of maintaining the operational readiness of the vessel. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, with proposals due by December 15, 2025.
    USCGC WAESCHE RO SYSTEM PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide parts for the Reverse Osmosis (RO) System on the USCGC Waesche, which has been experiencing issues with reliable water production. The procurement includes the supply of specific parts identified from a prior assessment, along with the requirement for two technicians to install these parts and accompany the Cutter during its shakedown to verify repairs. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it can produce potable water effectively. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and must be enrolled in the System for Award Management (SAM) prior to contract issuance. For further inquiries, vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Bravo Dive Boat 65DS1101
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.