Skip to content
Department of the Interior

J--Sources Sought for Repair Services of L3Harris Iver3 autonomous underwater vehi

Solicitation: DOIGFBO260002
Notice ID: f0bf54fa97384a3c9c6f02b96a1d38ca
TypeSources SoughtNAICS 336611PSCJ020DepartmentDepartment of the InteriorAgencyUs Geological SurveyPostedJan 21, 2026, 12:00 AM UTCDueJan 27, 2026, 10:00 PM UTCExpired

Sources Sought from US GEOLOGICAL SURVEY • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Jan 27, 2026. Industry: NAICS 336611 • PSC J020.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$10,593,880,397
Sector total $20,354,308,656 • Share 52.0%
Live
Median
$855,039
P10–P90
$45,999$21,186,181
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
52.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($10,593,880,397)
Deal sizing
$855,039 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Denver, CO • 80225 USA

Point of Contact

Name
Wilson, Mary
Email
bwilson@usgs.gov
Phone
573-397-2277

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
US GEOLOGICAL SURVEY
Subagency
OFC OF ACQUISITION GRANTS-DENVER
Office
Not available
Contracting Office Address
Denver, CO
80225 USA

More in NAICS 336611

Description

The U.S. Department of Interior, US Geological Survey (USGS) is issuing this sources sought synopsis as a means of conducting market research to identify Small Businesses having an interest in and the resources to support this requirement for the potential need for the purchase of the repair of a L3Harris Iver3 autonomous underwater vehicle (AUV) as follows:

FOG-INS requirements:
The high-accuracy, solid-state FOG-INS must be replaced or repaired to full functionality and re-integrated and tested with USGS's Iver3 AUV.
The FOG-INS must support accurate heading, roll, pitch, speed and position, and be capable of using the following external sensors with a Kalman filter that manages inputs without any manual intervention: GPS, long baseline positioning system, ultra-short baseline positioning system, electromagnetic log, doppler velocity log, sound velocity profiler, and depth sensor.
The minimum required performance for the FOG-based INS are as follows: heading (0.15 deg), roll and pitch (0.05 deg), positional accuracy (0.3% of distance traveled), power consumption (12 watts).
200-m depth rating

Testing and integration:
Vendor must complete bench and in-water testing to ensure that the repaired FOG-INS and all associated components are working properly.
Vendor must provide written proof that the repaired FOG-INS has been successfully integrated into USGS's Iver3 AUV and share documentation that the vehicle performs at or above the minimum performance specifications listed above under actual field conditions.

Other:
Must include a minimum 12-month warranty on all parts.

The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 33661, Ship Building and Repairing and associated size standard 1,300 Employees apply to this announcement.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

If your organization has the potential ability to meet this requirement, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 5:00 PM EST on January 27, 2026. All responses under this Sources Sought Notice MUST be emailed to bwilson@usgs.gov. Responses submitted by hardcopy or email shall not be accepted or considered.

If you have any questions concerning this opportunity, please contact Beth Wilson at bwilson@usgs.gov.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.