NEXRAD Automated Surface Observing System (ASOS) Equipment
ID: REQUIREMENTS-25-0597Type: Sources Sought
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repair and reconditioning of Next Generation Weather Radar (NEXRAD) and Automated Surface Observing System (ASOS) equipment. The procurement involves multiple Statements of Work (SOWs) that outline the requirements for restoring various components to "Like New" condition, ensuring compliance with National Weather Service (NWS) specifications, and includes tasks such as inspection, disassembly, cleaning, and testing. This initiative is critical for maintaining the operational reliability of weather monitoring systems, which play a vital role in public safety and environmental data collection. Interested parties must submit their capabilities and relevant certifications by March 21, 2025, to Kevin J. Buum at kevin.j.buum@noaa.gov or Taylor Wisneski at taylor.wisneski@noaa.gov, as part of the market research process for potential contracts spanning from 2025 to 2030.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Oceanic and Atmospheric Administration (NOAA) has issued a Sources Sought Notice (SSN) to conduct market research for the repair, reconditioning, and maintenance of various Next Generation Weather Radar (NEXRAD) and Automated Surface Observing System (ASOS) equipment, totaling eight distinct Statements of Work (SOWs). This initiative, part of the Federal Acquisition Regulation (FAR) requirements, seeks to identify potential contractors with the capability to provide necessary services over a five-year period, from 2025 to 2030. Interested parties are invited to submit information regarding their capabilities, company details, and any relevant certifications, specifically focusing on the NAICS code 811210 for Electronic and Precision Equipment Repair. Responses must be submitted to NOAA by March 21, 2025, and will inform the procurement strategy. The repairs will be executed at the contractor’s facility, with units shipped to and from the National Reconditioning Center in Grandview, MO. This SSN aims solely to gather information and does not imply any contractual obligations.
    The Statement of Work outlines requirements for repairing and reconditioning the Automated Surface Observing System (ASOS) 1088 Dew-point Sensor, ensuring it meets National Weather Service (NWS) specifications. The contractor is responsible for returning the sensor to "Like New" condition, including parts, labor, and inspection, with no government-supplied equipment. The repair process involves inspecting for defects, disassembly, cleaning, and testing, with strict adherence to specified repair methods. Parts must primarily be sourced from the Original Equipment Manufacturer (OEM), and substitutions are not allowed without approval. A 1-year warranty on workmanship is required, with the NRC conducting final inspections to ensure proper functionality and aesthetic quality. Deliverables include a Repair Report documenting all repairs and test results. The vendor must ensure safe transport of repaired units to the NRC, with adherence to packaging standards to avoid damage. This document is critical for maintaining operational reliability of weather monitoring equipment, reflecting government procurement processes within federal contracts.
    The Statement of Work outlines the repair, reconditioning, and painting of the Automated Surface Observing System (ASOS) Visibility Enclosure, aiming for a "Like New" operational condition in compliance with National Weather Service (NWS) standards. The contractor is responsible for all parts, materials, labor, and inspection required to restore the enclosure, with specific materials needing NWS approval. The repair process involves inspecting for defects, disassembling the unit, replacing parts as necessary, and conducting electronics and paint inspections. A variety of specific fuses and component specifications must be adhered to, and the enclosure must pass multiple performance tests to ensure functionality. Upon completion, the reconditioned units are returned to the National Reconditioning Center (NRC) for a final inspection and acceptance. A one-year warranty covers the workmanship and materials post-acceptance. This document serves as a comprehensive guide for contractors involved in refurbishing critical weather observation equipment, ensuring public safety through accurate environmental data collection.
    The Statement of Work (SOW) outlines the requirements for the repair and reconditioning of the Automated Surface Observing System (ASOS) Visibility Cross-Arm Assembly. The contractor is charged with restoring the unit to "Like New" condition, ensuring compliance with National Weather Service specifications. This includes provision of all necessary parts, materials, labor, and equipment, as well as any required testing to ensure operational efficiency. Key procedures include inspecting for defects, cleaning, painting, and ensuring electrical components meet specified standards. Vendors must replace damaged connections and verify the integrity of wiring and hardware. The document stipulates a 1-year warranty for workmanship and emphasizes that all reconditioned units must undergo performance quality assurance testing at the National Reconditioning Center (NRC). Deliverables include a Repair Report for each unit detailing the repair process and results. Transportation must ensure the units are adequately protected during shipment. The SOW is essential for maintaining the functionality and appearance of ASOS components used in weather observation, reflecting the government's commitment to diligent maintenance of critical infrastructure.
    This Statement of Work outlines the requirements for the repair and reconditioning of the Automated Surface Observing System (ASOS) Visibility Day-Night Sensor, ASN: S100-2MT5A5, NSN: 6695-01-368-4826. The contractor must restore the sensor to a "Like New" condition, adhering to the National Weather Service (NWS) specifications, including parts, labor, and shipping. It details necessary repairs, such as inspecting and replacing faulty components, cleaning, painting, and thorough testing prior to returning the sensor to the National Reconditioning Center (NRC) for evaluation. The vendor is accountable for all necessary equipment and supplies, including developing detailed repair procedures. Essential tasks include visual inspections for defects, disassembly, repairs, reassembly, and quality assurance to meet operational standards. Warranty coverage includes a one-year period post-acceptance, and all repaired units must pass NRC testing for performance and quality. Deliverables include a comprehensive Repair Report for each sensor. The vendor must also ensure robust packaging to prevent damage during transport. The document emphasizes communication with the Contracting Official for any issues and stresses adherence to specific materials and procedures to maintain the integrity of the repair process.
    The Statement of Work outlines the requirements for repairing, reconditioning, and painting the Automated Surface Observing System (ASOS) Temperature-Dew Aspirators under the National Weather Service specifications. The contractor is tasked with restoring the units to "Like New" condition, encompassing both functional and cosmetic aspects, ensuring that all specifications are met and that any deviations receive prior approval. Key steps include inspecting for major defects, disassembling the unit, cleaning and painting parts, inspecting components for damage, and reassembling to specified order with new parts where necessary. Additionally, a one-year warranty on workmanship is mandated, and all repaired units must undergo inspections at the National Reconditioning Center (NRC) to meet material and operational standards before acceptance. The vendor is responsible for ensuring appropriate packaging for safe transport. The document emphasizes adherence to detailed procedures and quality assurance, reflecting the government's focus on maintaining operational integrity and compliance within the framework of federal contracting requirements.
    The document outlines the Statement of Work (SOW) for the repair and reconditioning of the Automated Surface Observing System (ASOS) Processor Board. The contractor is tasked with restoring the Processor Board to a "Like New" operating condition, adhering to specifications from the National Weather Service (NWS). This includes necessary parts, labor, and tests to ensure operational performance. All work must be compliant with DOD-STD-2000 standards. Key responsibilities involve inspecting and cleaning each board, repairing all components, and passing factory acceptance tests. The contractor must also provide a one-year warranty that begins upon passing the final inspection. The document specifies the use of government-furnished equipment and data, outlining the testing procedures for diagnosing board performance. Deliverables include a detailed Repair Report for each unit, and the vendor is responsible for safe transportation, ensuring no damage occurs during shipment. The role of the National Reconditioning Center (NRC) includes final inspection and acceptance of all repaired boards. This SOW reflects the government's commitment to maintaining and upgrading critical weather monitoring technology, ensuring reliability in operations using the ASOS system.
    The document outlines a Statement of Work for the repair and reconditioning of the NEXRAD Contact Slip Ring Assembly (ASN: R400-2A1A2, NSN: 5977-01-388-6312). The contractor must restore the assembly to "Like New" condition per specified National Weather Service standards, covering aspects such as functionality, appearance, and technical specifications. The government will provide certain equipment and data while the vendor must supply all necessary materials and tools for repair. A comprehensive test scenario is mandated to ensure quality assurance, including resistance checks and visual inspections, followed by a one-year warranty post-acceptance. Proper packaging for return shipping is critical to withstand transport conditions. The statement emphasizes the importance of following prescribed specifications to ensure operational integrity and reliability of the repaired components. This work contributes to the ongoing maintenance and operational capacity of environmental monitoring systems managed by the National Weather Service.
    The Statement of Work outlines the requirements for the repair and reconditioning of the NEXRAD Direct Current (DC) Servo Motor (ASN: R400-2A1A1B1, NSN: 6105-01-394-5305) to achieve a "Like New" operational condition. The contractor is required to include all necessary parts, labor, and shipping costs, adhering to the National Weather Service specification drawing no. 2200220 Revision L. Key repair tasks include the replacement of armature brushes, bearings, tachometer brushes, and thorough inspections of various components. The completed motors must undergo quality assurance testing, and any discrepancies found will necessitate rework at no additional cost to the government. A one-year warranty against material and workmanship defects will commence after final inspection acceptance. The vendor is responsible for secure packaging to ensure the motors' safe return to the National Reconditioning Center in Grandview, MO. The document emphasizes the meticulous process required for achieving compliance with engineering specifications and assures that repair procedures prioritize operational reliability and quality.
    The document outlines the Statement of Work for the repair and reconditioning of various components used in the Automated Surface Observing System (ASOS), specifically the Dew-point Sensor, Visibility Enclosure, and other elements like Slip Ring Assembly and DC Servo Motor. The contractor is tasked with returning these devices to "Like New" condition, including ensuring functionality and cosmetic appearance, while adhering to specifications provided by the National Weather Service. Each section specifies the required procedures for inspection, repair, and testing of components, and highlights the need for approved materials. Vendors are responsible for all necessary materials and equipment, and they must ensure the components meet operational standards before returning them to the National Reconditioning Center (NRC) for final acceptance. A one-year warranty against material workmanship is stipulated following successful inspections. The document underscores the government's commitment to maintaining ASOS integrity and performance, while ensuring compliance with setup standards. Overall, this document serves as a guide for contractors bidding on federal repairs, detailing expectations and procedural requirements for maintaining critical weather monitoring equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair Color Weather Radar
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Color Weather Radar units essential for MH-60T aircraft operations. The procurement involves evaluating and repairing six radar components, ensuring compliance with OEM specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of Coast Guard aircraft, with a focus on quality assurance and traceability of parts. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil.
    58--PROCESSOR,RADAR DAT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the repair and modification of radar data processors. The procurement aims to increase the quantity of units from 3 to 13, with a focus on returning these items to a Ready for Issue (RFI) condition through comprehensive repair, testing, and inspection processes. These radar processors are critical for airborne radar equipment, ensuring operational reliability in defense applications. Interested contractors must submit firm-fixed price quotes by November 21, 2025, and can direct inquiries to Samantha Freedman at 215-697-6566 or via email at samantha.m.freedman.civ@us.navy.mil.
    Establishment of Data Pipeline via Global Network of Meteor Radars
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to establish a data pipeline through a global network of meteor radars, specifically requiring the recovery, standardization, and operationalization of meteor radar data streams from six international SKiYMET sites located in Brazil, Australia, and Indonesia. The contractor will be responsible for restoring operations at these sites, configuring them to produce WMO-compliant BUFR products for distribution via the NCEP Global Telecommunication System (GTS), and ensuring the establishment of reliable data pipelines over a performance period extending to September 30, 2027, with potential for extension. This procurement is critical for supporting upper-atmospheric research and space-weather forecasting, and interested organizations must submit their capabilities and qualifications to the designated contacts by 2:30 p.m. Central Standard Time on December 18, 2025, to be considered for this sole source contract with ARGON CONCEPTUAL SYSTEMS, LLC. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    TRS-3D /AN/SPS-75 Radar repairs/ overhaul services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit for repair and overhaul services for the TRS-3D/16-ES (AN/SPS-75) radar system. This procurement will require OEM parts and components exclusively manufactured by Hensoldt Sensors GmbH, with sales conducted solely through Northern Defense Industries, LLC. The radar system is critical for maritime operations, providing essential search and detection capabilities. Interested vendors should prepare to submit a cover letter, past performance questionnaire, technical capability proposal, and pricing information, with evaluations based on technical merit, past performance, and price. For further inquiries, contact Tatiana Sher at Tatiana.Sher1@uscg.mil or Mark Cap at mark.cap@uscg.mil.
    open inspect and report HF DGL CPLR MSR4050
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of eight HF DGL CPLR MSR4050 antenna couplers, identified by stock number 5985-01-446-1866 and part number 798012-001-001. The procurement requires that the contractor restore the items to "like new" condition, ensuring individual preservation for a minimum of two years, with delivery to the Coast Guard's Surface Force Logistics Center in Baltimore, MD. This service is critical for maintaining operational readiness and reliability of communication equipment used by the Coast Guard. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    Repair services applicable to the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide repair services for the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply. This procurement involves a firm-fixed-price contract for the repair and testing of five power supplies, with a delivery requirement of 120 calendar days from the order date. The selected contractor will be responsible for ensuring compliance with quality assurance standards, including ISO 9001-2015, and must adhere to specific packaging and transportation requirements as outlined in the associated documentation. Interested parties should note that the solicitation is expected to be issued on November 5, 2025, with proposals due by December 5, 2025. For further inquiries, potential bidders can contact Nikita Hicks or Kizmet Hall via their provided email addresses.
    58--COMPARATOR MODULE,S, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the repair and modification of the Comparator Module, S. This procurement aims to ensure the operational readiness of radar equipment, which is critical for various defense applications. The government requires a Repair Turnaround Time (RTAT) of 145 days and mandates that all repairs meet specific quality assurance standards, with inspections conducted by the government. Interested contractors should submit their quotes, including pricing and RTAT, to Sarah Haley at sarah.r.haley2.civ@us.navy.mil, with the offer due date extended to January 9, 2026.
    Radar Equipment
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small business vendors to establish Blanket Purchase Agreements (BPAs) for radar equipment, specifically under the NAICS code 334511. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and required documentation by March 11, 2026, to be considered for inclusion in the BPA program, which will operate under simplified acquisition procedures with a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.