Hyperspectral Radiometers
ID: 145034-24-0090CM2Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    Special Notice: COMMERCE, DEPARTMENT OF, NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION, is intending to negotiate a sole source contract with Peak Design Ltd. for the procurement of four HSR1 Hyperspectral Radiometers. These radiometers are used by the NOAA Global Monitoring Laboratory (GML) for measuring Aerosol Optical Depth (AOD) and spectrally resolved solar radiation at the Earth's surface. The HSR1 radiometers are compact, easily portable, and designed for automatic unattended operation with low power requirements. They do not require external solar trackers, shading bands, or moving parts. Peak Design Ltd. is the sole provider of this instrument that meets all the requirements of the NOAA GML. The radiometers have been successfully tested in comparative evaluations and are compatible with existing systems. The delivery date for these instruments is 9/30/2024 to Boulder, CO. This notice is not a request for competitive proposals, but firms that believe they can meet the government's requirements may submit documentation within 15 days after publication of this synopsis for evaluation.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Hyperspectral Radiometers
    Currently viewing
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source Award to Berkely Nucleonics Corporation (BNC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Berkeley Nucleonics Corporation for the procurement of scintillation detectors. The requirement includes specific models, namely the Scionix R51102AR152/2M-Cn4 and Scionix 76BRS76/3M-CN-X4, which are critical for analytical laboratory applications. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures, and while the intent is to negotiate solely with Berkeley Nucleonics, other responsible sources may submit quotations for consideration. Interested parties must direct their capability statements and inquiries to Contract Specialist Dane J Black via email by October 21, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    NOAA Applanix IDIQ Market Research
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to establish a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract with Applanix Corporation for repairs and upgrades to proprietary government-owned equipment. The procurement will cover supplies and services for all NOAA Applanix equipment, ensuring that maintenance, repair, and upgrades adhere to Applanix’s established standards and specifications. This initiative is crucial for maintaining the operational integrity of NOAA's fleet, which includes oceanographic survey ships and aircraft. Interested parties who believe they can meet the requirements are encouraged to submit a statement of capabilities to Contract Specialist Chris Meconnahey at chris.meconnahey@noaa.gov by 4:00 PM EST on October 22, 2024.
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Active
    Commerce, Department Of
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    Repair Color Weather Radars
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair Color Weather Radars utilized in MH-60T aircraft. The procurement involves a sole-source acquisition for the repair of five radar units, necessitating compliance with stringent operational standards and adherence to Original Equipment Manufacturer (OEM) specifications, as Honeywell International is the only supplier capable of providing the required services due to proprietary rights. Interested parties must submit their quotations by November 18, 2024, with an anticipated award date of November 20, 2024. For further inquiries, contact Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command San Diego, intends to award a sole-source procurement contract to NAVICO Group for warranty services related to various SIMRAD Radar systems. This contract will encompass extended warranty parts, including R3016 HALO models, GPS antennas, and compasses, and will be executed as a Firm-Fixed Price (FFP) contract under the Engineering Services classification (NAICS 541330). Interested contractors must be registered in the DoD System for Award Management (SAM) and compliant with Wide Area Workflow (WAWF) for invoice processing, with capability statements due within three days of the notice issuance. For further inquiries, Delvin L. Moore can be contacted at delvin.l.moore.civ@us.navy.mil or by phone at 619-556-6436.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    Notice of Intent (NOI) to Sole Source: Ultra-High Vacuum Translators
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to noncompetitively acquire ultra-high vacuum translators to establish a new scanning probe microscopy (SPM) laboratory in Gaithersburg, Maryland. The procurement requires specific mechanical units, including a Rack and Pinion Rotary Linear translator and a single-axis translator, which must be identical and interchangeable with existing equipment from Thermionics Northwest, Inc. This compatibility is crucial for maintaining vacuum integrity and operational continuity between the two laboratories, which are used for characterizing quantum materials at atomic resolution. Interested parties that believe they can meet the requirements are encouraged to respond by providing their capabilities and relevant information to Cielo Ibarra at cielo.ibarra@nist.gov, as no solicitation document will be issued for this opportunity.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    Notice of Intent to Sole Source GC60 Irradiator Preventative Maintenance
    Active
    Dept Of Defense
    The Uniformed Services University of the Health Sciences (USUHS) intends to award a sole-source contract to Hopewell Designs Inc. for the preventative maintenance of the Armed Forces Radiobiology Research Institute’s (AFRRI) GC60 Irradiator, which utilizes Cobalt-60 and Cesium-137 radioactive sources. This maintenance is critical for ensuring the effective training of health professionals dedicated to military service, as only Hopewell Designs Inc. is licensed and equipped to service the proprietary hardware and software associated with the GC60, in compliance with Nuclear Regulatory Commission (NRC) regulations. While the contract is intended to be sole-source, USUHS invites other vendors to submit evidence of their capability to meet the requirements, potentially allowing for competitive procurement. Interested parties can reach out to Jennifer Wilsanck at jennifer.wilsnack@usuhs.edu for further information.
    RAID-M100 PGDN Detectors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the procurement of RAID-M100 Propylene Glycol Di-Nitrate (PGDN) and Hydrogen Cyanide (HCN) detectors from Bruker Detection Corporation. This procurement is critical for providing the fleet with essential hazard-detecting instruments and associated consumable materials, ensuring operational safety and effectiveness. The contract will be awarded on a firm fixed price basis, with negotiations conducted under noncompetitive procedures due to the vendor being the only known source capable of fulfilling the requirements. Interested parties must submit their capabilities by October 31, 2024, at 9 AM (EST) to Katy Gates at katy.m.gates.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).