Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2025 SAM #8774
SPECIAL NOTICE

20 -- Wave Gliders

Notice Date
12/2/2025 4:50:05 AM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0DF5198A101
 
Response Due
12/18/2025 10:00:00 AM
 
Archive Date
01/02/2026
 
Point of Contact
Kristina B. Brannon
 
E-Mail Address
kristina.brannon.1@us.af.mil
(kristina.brannon.1@us.af.mil)
 
Description
The Air Force Test Center Operational Contracting Squadron (AFTC/PZIOAB) Eglin AFB, FL intends to award a sole source contract to Liquid Robotics, Inc, 460 Herndon Pkwy, Herndon, Virginia, 20170 Cage: 4Y9T1, to provide commercial unmanned surface vehicles with related control software, payloads, and peripheral launch and recovery equipment (Quantity of 20). The anticipated contract will be a Firm Fixed Price (FFP) Commercial contract. The statutory authority which permits other than full and open competition for this acquisition is 10 U.S.C. 3204(a)(1), as implemented in Federal Acquisition Regulation (FAR) 6.302-1(a)(2) only one responsible source and no other supplies or services will satisfy agency requirements. This authority is supported by an approved FAR Part 15 Justification and Approval. It is the Government's intent to proceed with this sole-source action. The applicable NAICS code is 334511. The size standard as defined by the U.S. Small Business Administration is 1350 employees. The anticipated award date is 19 December 2025. CLIN 0001 � Unmanned surface vehicles (Qty 20 Ea) that meet the following specifications: 1. Safety: Emergency Location: Shore-activated light or beacon and redundant RF communications to allow persistent tracking at all times via Iridium RUDICS or similar satellite communication capability. Health Sensors: Pressure and temperature sensors need to be available in dry/payload boxes. Dry boxes & or payload bays need to be protected from water intrusion and monitored for water intrusion as to not damage installed test instrumentation. In the event of a drybox/payload bay failure, a warning message must be transmitted to allow rapid response to the issue. Automated hazard avoidance in response to Automatic Identification System (AIS) traffic. 2. General: Endurance: Capable of continuously operating at least 10 months at sea without physical intervention. Speed: Sustained 2 to 3 kts while allowing maneuverability of the platform. Depth Rating: Continuous operation in wash and spray with brief submergence to 5ft -essentially must be able to operate continuously exposed open ocean environment as well as be able to survive while being submerged, in cases of bad weather, storms, or hurricanes. Observability: Minimal visual/radar signature required. Option to have surface mounted mast flag and marker lights, readily configured into low-profile/low observable configuration. Size: Overall platform (shippable via air to test locations) not to exceed 19 ft in length. Must be shippable in standard 20ft ISO container in configuration requiring minimal effort to prepare for launch. Weight: Overall platform should not exceed 800 lbs. Operation and navigation: Must be controllable remotely via 802.11 b/g/n, GSM, and Iridium RUDICS channels. Must be able to fully support power, weight, and remote operation requirements to host one or multiple Starshield antennas . Must provide latest FIPS certifications on communications. Must be able to operate in a minimum water depth of 30 ft. Maintainability: Available annual maintenance and refurbishment from vendor. Modularity: Removable/configurable masts for beacons, antennas, or other instrumentation payloads/packages with an ability to tow instrumentation above and/or below the surface. Provide integration capability for powering and controlling custom payloads. Coating: Anti-fouling paint or copper based paint to minimize oceanic organism growth. 3. Payload: Payload Weight: At least 400lb. Payload Volume: in excess of 14 cf total volume needed (32 MPU equivalent). It is possible to split the payload bay into two bays to meet the 14 cf need. Wave height sensor capability, weather station, and deployable recovery device. Capable of towing at least 1,000 lbs of submerged payloads 4. Navigation: GPS: High precision differential (2-8 cm). AIS Transmit & Receive. Navigation accuracy to within 10ft CEP50. Station Keeping: 150 ft radius CEP90. Navigation and station keeping via programmable waypoint course, follow course, and hold/loop. Independent and active controllability. 5. Power: Continuous Power: At least 480W. Battery Storage: At least 18 kWh. Solar Collection rate: At least 900W. 6. Communications: Ability to have constant communications with the RCP as well as have multiple communication paths to the vehicle to serve as redundant methods of communication. Satellite: Iridium RUDICS or better capable, Broadband Global Access Network (BGAN)capable with modular antenna payload. Cellular: GSM capable. Local: 802.11 b/g/n capable. Network: DISA 7. Operation: Mission Control: Chart based GUI with waypoint and course generation. Monitoring: Status/location, programmable inclusion and exclusion zones. Visibility: Visible and min-vis capable, operation on surface level (within 3 inches) versus below or above the surface level. Stability: Platform maintains upright attitude in rough water and will not capsize. Delivery: first unit delivery within 360 days, final unit at 720 days. THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. No solicitation package will be issued on the Government Point of Entry. In accordance with FAR 5.102(e) copies of the solicitation can be obtained by contacting the Contracting Officer listed below. However, the determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. All responses that are received by 12:00 pm CST on 18 December 2025 will be considered by the Government. This notice is not a request for competitive proposals/quotes. All information submitted should support the offeror's capability to provide the item required and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these items. Verbal responses are not acceptable and will not be considered. Questions shall be submitted electronically to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a9202e4f6ed341bda97a942bea672084/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN07654787-F 20251204/251202230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.