Justification for Other Than Full and Open Competition - Mauna Loa Observatory Construction
ID: 1305M322CNRMJ0057P23001Type: Justification
AwardedDec 19, 2022
Award #:1305M322CNRMJ0057
Overview

Buyer

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

PSC

CONSTRUCTION OF LABORATORIES AND CLINICS (Y1DB)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to execute a sole-source contract modification for the emergency restoration of power at the Mauna Loa Observatory in Kamuela, Hawaii. This urgent procurement is necessitated by damage from lava flow, requiring the installation of solar panels and lithium iron phosphate batteries to ensure the continuity of critical climate data collection, including the renowned "Keeling Curve." The contract modification, valued at $191,263.00, will be awarded to EPC Systems, Inc., which is uniquely qualified due to their existing relationship with the observatory and immediate resource availability. Interested parties can reach out to Darrin S. Moore at Darrin.Moore@noaa.gov for further information.

    Point(s) of Contact
    Darrin S Moore
    Darrin.Moore@noaa.gov
    Files
    Title
    Posted
    The Mauna Loa Observatory requires emergency power restoration due to lava flow damage, necessitating a sole-source contract modification with EPC Service, INC. for $191,263.00. This modification, under contract 1305M322CNRMJ0057, will provide solar panels, lithium iron phosphate batteries, and installation services to restore power and data collection at the observatory. The justification for other than full and open competition is "unusual and compelling urgency" (41 U.S.C. 3304(a)(2) and FAR Subpart 6.302-2), as the observatory is crucial for high-profile climate datasets like the "Keeling Curve," and traditional power restoration is not feasible. EPC Systems, Inc. is uniquely qualified due to their existing contract for power renovations at the site, local knowledge, and immediate resource availability. A public notice will not be issued due to the urgency. The anticipated cost is deemed fair and reasonable based on prior government prices and commercial lists. Market research was limited due to the urgent nature, with EPC Systems being the only interested source. The government plans to conduct thorough market research and seek competition for future acquisitions at the Mauna Loa Observatory.
    Similar Opportunities
    Intent to Sole Source – Non-Personal Services for Calibration/Repair/Maintenance and Purchase of Sea-Bird Electronic (SBE) Instruments
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract to Sea-Bird Electronics for the procurement of 60 new SBE56 temperature sensors and the repair and calibration of 43 existing sensors. This acquisition is critical for the upcoming FY26 National Coral Reef Monitoring Program mission, which focuses on measuring ocean temperature for climate change research in American Samoa and the Pacific Remote Island Areas. The necessity for identical sensors from Sea-Bird Electronics arises from the need to maintain data and operational continuity, as they are the only authorized manufacturer capable of providing the required equipment and services. Interested parties may contact Stephanie Fisher at STEPHANIE.FISHER@NOAA.GOV or by phone at 808-725-5633, with the total estimated value of the procurement being less than $250,000 and a delivery deadline set for March 20, 2026.
    Groundskeeping Services for NWS DCO IN HILO, HI
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal groundskeeping services for the National Weather Service (NWS) Data Collection Office (DCO) located in Hilo, Hawaii. The procurement includes a base year and four option years, requiring comprehensive landscaping services for approximately 2.9 acres, which encompasses tasks such as grass cutting, weed control, edging, and debris removal on a weekly basis. This contract is a total Small Business Set-Aside under NAICS code 561730, with a size standard of $9.5 million, and the estimated funding for the incumbent contract was $39,312 over five years. Interested offerors must submit their quotes electronically by 10:00 AM MST on January 6, 2026, to kerri.coffey@noaa.gov, and are encouraged to attend a site visit on specified dates to better understand the requirements.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has issued a Notice of Intent to Sole Source for Shoreline Mapping Support services. This procurement involves modifications to existing contracts to increase the maximum ordering value of the National Geodetic Survey's multiple-award indefinite delivery/indefinite quantity (IDIQ) contracts for Architect-Engineer Shoreline Mapping Services. These services are crucial for the accurate mapping and management of shoreline areas, which play a significant role in environmental monitoring and coastal management efforts. Interested parties can reach out to Michael J. Williams at Michael.J.Williams@noaa.gov or (757) 441-3434, or Nicole Lawson at Nicole.Lawson@noaa.gov or (757) 441-6879 for further details.
    SOLE SOURCE: Applanix DSS Maintenance/Support for NOS NGS
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Applanix Corp. for the continued maintenance, support services, and licensing of an existing Applanix Digital Sensor System (DSS) and its associated software. This procurement is critical for NOAA's mission to conduct congressionally mandated surveys of the National Shoreline and nearshore bathymetry, as well as to support emergency response activities related to both manmade and natural disasters. Applanix is the sole provider capable of meeting these specific requirements, as confirmed by market research, and the statutory authority for this non-competitive acquisition is outlined in FAR 13.106-1(b)(1)(i). Interested parties who believe they can fulfill these requirements may submit a Capability Statement by 11:00 AM EST on January 13, 2026, to the Contract Specialist, Chelsea Vera, at chelsea.vera@noaa.gov.
    Purchase of Lithium Battery Packs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes for the purchase of 60 custom lithium battery packs intended for use in PMEL GPS mooring buoys. The procurement is a total Small Business Set-Aside, with specific technical requirements including a maximum diameter of 5.85 inches, a maximum height of 5 inches, and specifications for the battery cells and external cabling. The selected contractor must deliver the battery packs within 45 days after receipt of order and comply with the Buy American Act. Interested vendors must submit their quotes electronically to Weiming Tan at weiming.tan@noaa.gov by 12:00 PM EST/EDT on December 31, 2025, and must be registered in SAM.gov and utilize FedConnect for contract administration.
    GRAW Portable Upper Air System Components
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has awarded a sole source contract for GRAW portable upper air system components to GRAW Radiosondes GMBH & CO, KG. This procurement is essential due to the need for compatibility with existing GRAW systems and equipment already utilized by NOAA, ensuring seamless integration and functionality. The decision to proceed with a sole source contract was based on market research indicating that only one responsible source could meet the agency's requirements without unacceptable delays. For further inquiries, interested parties may contact Contract Specialist Jeanne Cassidy at jeanne.cassidy@noaa.gov or by phone at 206-526-6346, or Contracting Officer Angela Royster at angela.royster@noaa.gov or 206-526-6072.
    Notice of Intent to negotiate sole source contract for 7500 FAST Real Time PCR System
    Commerce, Department Of
    The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract to ThermoFisher Scientific Company for maintenance and repair services of the 7500 Real Time PCR System located at the National Seafood Inspection Lab in Pascagoula, Mississippi. This procurement is essential due to the specialized nature of the equipment, which can only be serviced by ThermoFisher Scientific, the exclusive manufacturer and intellectual property holder of the system and its software. The contract period is set from January 5, 2026, to January 4, 2027, with four optional years, and the applicable NAICS code is 811210, with a size standard of $34.0 million. Interested firms that believe they can meet the requirements may submit documentation to the primary contact, Amy Gilliland, at amy.gilliland@noaa.gov, within 15 days of this notice, as this opportunity is not open for competitive proposals.
    Justification for an Exception to Fair Oppurtunity
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking justification for an exception to fair opportunity for an order exceeding the simplified acquisition threshold. This procurement involves general science and technology research and development services, which are critical for advancing NOAA's mission in environmental monitoring and research. The opportunity is based in Silver Spring, Maryland, and interested parties can reach out to Sarah Corey at sarah.corey@noaa.gov or Darrin S Moore at Darrin.Moore@noaa.gov for further details. Additional information can be found in the attached document.
    Limited Source Justification
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to justify a limited source procurement for IT and telecom service delivery support services. This opportunity involves the provision of essential IT service management, operations center support, and project management labor, as outlined in the Limited Source Justification document. Such services are critical for maintaining NOAA's operational efficiency and ensuring the effective delivery of its technological capabilities. Interested parties can reach out to Brianna Quinn at brianna.quinn@noaa.gov or 303-497-7207, or Hillary Stansfield at hillary.stansfield@noaa.gov or 720-712-8608 for further information regarding this procurement.
    Differential Planetary Gearbox Repair Services
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking vendors capable of providing repair services for Differential Planetary Gearboxes used in the NEXRAD weather radar systems. The procurement aims to establish an indefinite delivery, indefinite quantity (IDIQ) contract for the repair and reconditioning of these gearboxes to "Like New" operating condition, adhering to OEM specifications. These gearboxes are critical for the operation of 158 NEXRAD sites across the country, enabling the detection of severe weather and timely warnings to the public and aviation users. Interested vendors must submit their capability statements and company profiles to Taylor Wisneski at taylor.wisneski@noaa.gov by 12:00 PM CST on January 7, 2026, as part of the market research process, with no obligation on the part of the government to procure services at this stage.