Unmanned Vehicles
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 the Navy, specifically the Fleet Logistics Center Norfolk (FLCN), is conducting market research through a Sources Sought notice to identify qualified and experienced sources for Unmanned Vehicles. These vehicles, primarily air-rigged or air/surface-deployable profiling floats, are required to support meteorological and oceanographic operations globally. This is for planning purposes only and is not a solicitation. Responses are due February 18, 2026, at 11:00 a.m. EDT.
Scope of Work
The government seeks unmanned vehicles capable of collecting ocean temperature and pressure data, with an eighteen-month shelf life before requiring battery replacement or recalibration. Optional sensor configurations for conductivity, temperature, depth (CTD), transmissivity, bioluminescence, currents, and wave spectra are considered beneficial. Vehicles must be vessel and air deployable, with specific hardening variances for air deployment (500 to 10,000 feet, up to 500 mph airspeeds) and vessel deployment (1 to 60 feet, 0 to 25 knots). Offerors should detail modularity, deployment lifecycle, power system discharge rates, and self-regenerative technology. Services required include instrument encoders/decoders, data integration (API development), calibration, maintenance (battery replacement, module upgrades), and technical support for data integration into government systems. A warranty of up to one year prior to deployment and replacement for deployment failures is expected. Security requirements include CUI compliance (2 CFR Part 117, DoD Instruction 5200.48, SECNAVINST 5510.36B) and government ownership of all data.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm-Fixed-Price (FFP), Single-Award, Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- Anticipated Ordering Period: 24-month base contract, commencing around October 1, 2026
- Response Due: February 18, 2026, 11:00 a.m. EDT
- Published: January 21, 2026
Eligibility & Set-Aside
- Anticipated NAICS Code: 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) with a 1,350-employee size standard.
- Anticipated Product Service Code (PSC): 6605 (Navigational Instruments).
- Set-Aside: The government is currently assessing its acquisition strategy, including potential small business set-asides. Respondents should indicate their business size and ability to serve as a prime or subcontractor.
Submission Requirements
Interested parties should submit a capabilities statement, limited to 10 pages (12-point font), addressing specific items including business details, CAGE code, business size, existing government contract vehicles, prime/subcontractor capability, and ability to meet the SOW. Responses must be emailed to Katie.b.hildebrandt.civ@us.navy.mil and Stephanie.r.lent.civ@us.navy.mil, referencing "N0018926UV". This is not a request for proposals, and no monetary compensation will be provided for response preparation.
Contact Information
- Primary: Katie Hildebrandt (KATIE.B.HILDEBRANDT.CIV@US.NAVY.MIL, 7712293561)
- Secondary: Stephanie Lent (stephanie.r.lent.civ@us.navy.mil, 7712290253)