NOAA/OMAO, UxSOC UMS Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations (OMAO), Uncrewed Systems Operations Center (UxSOC) is conducting market research through a Request for Information (RFI)/Sources Sought for Uncrewed Maritime Systems (UMS) Support Services. This effort aims to gather industry feedback on the procurement and data collection from UMS vehicles to inform a future Request for Proposal (RFP). Responses are due by January 30, 2026, 2:00 PM Eastern Time.
Purpose & Information Requested
This RFI seeks standard pricing for UMS vehicle deployment and data collection. NOAA is specifically interested in how transit time, mobilization, and demobilization costs are charged, details on currently used industry vehicles, and information on current sensors and their integration into various platforms, noting any proprietary sensors. The ultimate goal is to develop future solicitation documents (SOWs, PWSs, SOOs).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated NAICS: 541900 – All Other Professional, Scientific, and Technical Services (Size Standard: $19,500,000.00)
- Response Due: January 30, 2026, 2:00 PM ET
- Published: January 12, 2026
- Place of Performance (Anticipated): Lakeland, FL
Eligibility & Set-Aside
This notice is for market research only and no award will be made. The Government encourages responses from small businesses and will use the information to make future set-aside determinations. Respondents should indicate their socio-economic status (e.g., 8(a), SDB, WOSB, HUBZone, SDVOSB). Teaming arrangements, joint ventures, or subcontracting partnerships are encouraged for companies that may not fully possess the required capability.
Submission Details
Responses must be submitted via email by the deadline in Microsoft Word or PDF format. Submissions are limited to a maximum of 10 single-sided pages, with text no smaller than 10-point Times New Roman font and 1-inch margins. The Government will not be responsible for any costs incurred in response to this RFI. Respondents will not be notified of review results.