Office of Law Enforcement VMS Units Sources Sought
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 National Oceanic and Atmospheric Administration (NOAA), on behalf of the National Marine Fisheries Service (NMFS) Office of Law Enforcement (OLE), is conducting a Sources Sought to identify qualified vendors for Vessel Monitoring System (VMS) transceiver hardware. This requirement supports the life-cycle replacement of VMS units for the Pacific Islands Division (PID) in Honolulu, HI, ensuring compliance with federal regulations for commercial fishing vessels. Responses are due by February 5, 2026, at 5:00 P.M. ET.
Scope of Work
The requirement is for the procurement of VMS transceiver hardware to support the OLE PID's mission of enforcing marine resource laws. This involves the annual replacement of approximately 30 at-sea-deployed VMS units, maintaining a 5-year life-cycle plan. The VMS units are critical for Hawaii and American Samoa Longline Limited Entry permit holders to transmit position data to NOAA OLE VMS, WCPFC VMS, and electronic logbook data to PIFSC.
Key requirements for VMS units include:
- Must be listed on NOAA Fisheries type-approved VMS lists for the Western and Central Pacific Islands and WCPFC approved list.
- Approved by PIFSC for e-logbook data transmission.
- Capable of transmitting hourly position reports to NMFS and WCPFC, and daily e-logbook data to PIFSC.
- Include transceiver, antenna(s) (minimum 45 ft cable), water sealant, power cable (minimum 15 ft)/converter/conditioner, mounting brackets, and other necessary accessories.
- Ability to communicate PIFSC-approved electronic forms data from an Android OS tablet.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Quantity: 30 units annually for 5 years, with an option for 5 additional units per year starting in the first option year.
- Period of Performance: Base Year 7/1/2026 – 6/30/2027, followed by four option years.
- Delivery Location: NOAA-IRC/NMFS/OLE, 1845 Wasp Boulevard, Building 176, Honolulu, Hawaii 96818.
- Delivery Schedule: Within eight (8) calendar weeks of contract award.
- Response Due: February 5, 2026, 5:00 P.M. ET
- Published: January 29, 2026
Requested Information
Interested firms must submit a capability statement demonstrating their ability to meet the key service requirements. The statement should include:
- Company Overview: Name, address, website, socio-economic status, business size, size standard within NAICS 334511, and Unique Entity Identifier (UEI/SAM) number.
- Any additional relevant information.
Additional Notes
This is a Sources Sought request for market research purposes only and does not constitute a solicitation or commitment by NOAA. Responses will help identify sources, including small and socioeconomic small business concerns. Submissions must be in supported Adobe or Microsoft Office file formats; zip files, cloud storage, or web-based services are not acceptable.