Wave Gliders
ID: F1T0DF5198A101Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

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

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)
Timeline
    Description

    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.

    Point(s) of Contact
    Kristina B. Brannon
    kristina.brannon.1@us.af.mil
    Files
    Title
    Posted
    The Department of the Air Force requires the development of a Remote Control Platform (RCP) for maritime surface reference and instrumentation. The RCP must meet stringent safety specifications, including emergency location tracking and health monitoring for onboard sensors. It is required to operate continuously for at least ten months, maintain a speed of 2-3 knots, and handle exposure to harsh ocean conditions, surviving brief submersions and bad weather. The design calls for minimal visual and radar detectability, with specific size and weight limitations. Operational capabilities include various remote communication methods, high precision GPS, navigation accuracy, and a mission control interface for task management. The platform must also feature a robust power system and various onboard instruments, such as wave height sensors and weather stations. Delivery of the RCP must occur within a specified timeframe, with eligibility limited to U.S.-based companies only. This RFP is indicative of the Air Force's commitment to advancing maritime technology while ensuring safety and operational effectiveness.
    Lifecycle
    Title
    Type
    Wave Gliders
    Currently viewing
    Special Notice
    Sources Sought
    Similar Opportunities
    United States Special Operations Command (USSOCOM) small Uncrewed Multidomain Systems (sUMS) Medium Range/Medium Endurance (MR/ME) Event 2026
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking information from qualified sources regarding the development of small Uncrewed Multidomain Systems (sUMS) for the Medium Range/Medium Endurance (MR/ME) Event scheduled for 2026. The procurement aims to explore industry capabilities for MR/ME Uncrewed Aerial Systems (UAS) that meet specific operational requirements, including a maximum weight of 55 pounds, a range of approximately 20 kilometers, and an endurance of at least two hours, while operating effectively in various environmental conditions. This initiative is critical for enhancing the operational capabilities of Special Operations Forces (SOF) and will involve a series of evaluations and demonstrations leading up to the event. Interested manufacturers must submit their responses to the Request for Information (RFI) by December 11, 2025, and can direct inquiries to Nicholas Anderson at nicholas.d.anderson.civ@socom.mil or by phone at 813-826-7137.
    Wave Gliders
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for Wave Gliders, classified under miscellaneous ship and marine equipment. This opportunity aims to fulfill specific operational requirements that necessitate advanced marine technology for various defense applications. Wave Gliders are critical for enhancing maritime capabilities, providing innovative solutions for surveillance, reconnaissance, and data collection in marine environments. Interested vendors can reach out to Kristina B. Brannon at kristina.brannon.1@us.af.mil for further details regarding the procurement process and requirements.
    Level III Small Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting a Request for Information (RFI) to explore the availability and technological capabilities of vendors for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) sUAS Program. The RFI seeks solutions that demonstrate high Manufacturing Readiness Level (MRL) and Technology Readiness Level (TRL), with key capabilities including FAA compliance, minimal personnel requirements, autonomy, AI/machine learning integration, and interoperability with existing systems. Responses to this RFI, which is intended for informational and planning purposes only and does not guarantee a contract award, are due by December 12, 2025, and interested vendors should direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    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.
    Counter-small Unmanned Aircraft Systems (C-sUAS) Advanced Precision Kill Weapon System (APKWS) Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the United States Air Force (USAF), is seeking information on Advanced Precision Kill Weapon System (APKWS) technologies to enhance its capabilities in countering small Unmanned Aircraft Systems (sUAS) across Groups 1, 2, and 3. The USAF aims to evaluate systems that can utilize track data from sensors to laze targets and launch guided Hydra 70 APKWS rockets, with a minimum Technology Readiness Level (TRL) of 6; however, native target detection/sensing and command and control (C2) capabilities are not required. This Request for Information (RFI) is intended for planning purposes only and will not lead to an award, with responses due by December 31, 2025. Interested vendors should submit detailed information regarding their systems, including company information, product specifications, and pricing, to the primary contacts Robert Gill and Ciabha Kelleher at the provided email addresses.
    UAS Drone Blue Cleared or Select lists compliant BPA
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Buyer not available
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command, is seeking proposals for training in the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide Initial Qualification Training (IQT) for up to six personnel biannually, encompassing a comprehensive ten-day course that includes system fundamentals, supervised build instruction, and extensive flight training. This training is critical for enhancing the operational capabilities of unmanned systems operators, ensuring they are well-prepared for various environments and scenarios. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations and any inquiries to Jeffrey S. Morris at jeffrey.s.morris.civ@socom.mil by the specified deadlines, with the contract expected to commence on January 15, 2026, contingent upon future funding availability.
    Repair of the LRU20 Man Life Raft for multiple aircraft
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the LRU-33/A 20 Person Inflatable Life Raft, which is critical for AC/HC/MC-130J aircraft operations. The procurement involves a five-year contract strategy for an estimated total of 46 life rafts, with the selected contractor required to demonstrate capabilities, experience, and quality assurance processes relevant to this specialized repair work. Currently, the Original Equipment Manufacturer (OEM) is Air Cruisers Company, LLC (dba Safran), and the government is looking to expand its pool of qualified repair sources due to limitations in data rights and the impracticality of reverse engineering. Interested parties must submit their responses, including detailed business and capability information, by October 16, 2025, and can contact William D. Martin at william.martin.12@us.af.mil or Carmen Davis at carmen.davis.2@us.af.mil for further inquiries.
    Drone Dominance Program - Request for Information
    Buyer not available
    The Department of Defense, through the Department of the Navy's NSWC Crane, is issuing a Request for Information (RFI) for its Drone Dominance Program, aimed at enhancing the production of low-cost small unmanned aerial systems (sUAS) for One-Way Attack (OWA) missions. The program seeks to rapidly scale the manufacturing of U.S.-made sUAS to support warfighting capabilities, with a planned investment of $1 billion in fixed-price orders over four phases within the next two years, utilizing 10 U.S.C. 4022. This initiative is critical for ensuring that every warfighter has access to affordable and effective sUAS, thereby strengthening the U.S. industrial base. Interested vendors are encouraged to respond to the RFI by submitting their insights on production challenges and capabilities via a standardized online form, with responses due by December 17, 2025, and the first phase of the Gauntlet challenge set to commence on February 16, 2026.