15--Underwater Drone
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 U.S. Geological Survey (USGS) Virginia Water Science Center has issued a solicitation (140G0126Q0019) for Aquatic Drones and a Control System for chemical analysis instruments. This acquisition is a Total Small Business Set-Aside. Offers are due by December 23, 2025, at 0900 Eastern Standard Time.
Scope of Work
The solicitation seeks commercial items including five (5) Autonomous Underwater/Surface Vehicles (AUVs/ASVs) and one (1) Command and Control System. These systems are intended for collecting vertical profiles of Conductivity, Temperature, and Depth (CTD), surface/subsurface current data, bottom type, and wave height data. The AUVs/ASVs must be capable of "swarm" or fleet operation.
Contract Details
- Solicitation Number: 140G0126Q0019
- Contract Type: Commercial Items Solicitation
- Set-Aside: Total Small Business (100.00%)
- NAICS Code: 334511 (Size Standard: 1350 employees)
- Product/Service Code: 6630 (CHEMICAL ANALYSIS INSTRUMENTS)
- Department/Agency: Department of the Interior / US GEOLOGICAL SURVEY
Key Requirements & Deliverables
Aquatic Drones (5 ea.):
- Functionality: Collect CTD, current vector, bottom type, wave height data; perform water column, incremental depth, and bottom hold dives.
- Advanced Capabilities: "Swarm" or fleet operation (at least 5 vehicles).
- Navigation & Control: Built-in GPS, IMU, compass; remote-controlled max speed of 10 kts, cruise speed of 5 kts.
- Performance: Surface range of at least 5 miles; positional accuracy of 3m or less; depth rating of at least 50m.
- Physical Specs: Max 2.75" diameter x 38" L; max 6.75 lbs.
- Power: Internal, rechargeable, field-swappable batteries; minimum 36 hours continuous operation.
- Communications: 2.4 GHz WiFi; 900 MHz radio transmitter (750m range). Control System (1 ea.):
- Components: Communications hub (IP67), user interface (tablet equivalent to Samsung Galaxy Tab S6 Lite), spare batteries, chargers, tripod, operational software, transport cases.
- Software Functions: Mission planning, multi-vehicle autonomous missions, remote control, real-time data viewing, data downloading, vehicle status.
Submission & Evaluation
Offerors must submit signed and dated offers by the due date. Evaluation will be based on Technical Compliance and Price. Award will be made to the responsible offeror whose quotation is most advantageous, with preference given to the lowest priced quotation receiving an "acceptable" rating in Technical Compliance. FAR clauses 52.212-1, 52.212-2, 52.212-3, and 52.212-4 are incorporated.
Compliance Requirements
- Section 508: Solutions involving electronic software or content must meet ICT Accessibility Requirements, including WCAG 2.0 Level A and AA Success Criteria, and interoperability with assistive technology.
- FISMA: Contractors must adhere to USGS IT security guidelines, including an 18-point checklist covering background investigations, non-disclosure agreements, Privacy Act compliance, personnel change notifications, applicable standards (DOI SDLC, NIST SP 800-64), asset valuation, C&A, incident reporting, and security controls.
Contact Information
For questions, contact Rafael Anderson at rlanderson@usgs.gov. Payment requests must be submitted electronically via the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).