Notice of Intent to Sole Source
ID: 140802-26-0085Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole source contract with Tees White Gill of Cleveland, United Kingdom, for specialized grooming services for the bow thruster controls and Human-Machine Interface (HMI) of the NOAA Ship Bell M. Shimada. This procurement is essential as Tees White Gill is the Original Equipment Manufacturer (OEM) for the bow thruster, possessing unique expertise and authorization to perform the necessary updates and repairs to resolve guidance and tracking issues. The estimated value of this contract reflects the competitive pricing identified through market research, and interested firms that believe they can meet the government's requirements are invited to submit documentation to the primary contact, Isaac Bright, at isaac.bright@noaa.gov, within 10 days of this notice. No solicitation package will be available, and oral communications will not be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a single-source determination using simplified acquisition procedures for the Department of Commerce, NOAA Office of Marine and Aviation Operations. The requirement is for the grooming and updating of the Shimada bow thruster and its Human-Machine Interface (HMI), with an estimated value. The specific brand name to be solicited is TEES WHITE GILL, located in the United Kingdom. The rationale for this single-source determination is that TEES WHITE GILL is the Original Equipment Manufacturer (OEM) for the bow thruster on all FSV ships, possessing unique knowledge of its components and programming. They are deemed the only vendor authorized to perform this specialized work, which aims to resolve guidance and tracking issues. Market research indicates that TEES WHITE GILL's pricing is competitive. Both the Technical/Requirements Representative and the Contracting Officer have certified that this action represents the government's minimum needs and that only one source is reasonably available.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    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.
    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.
    RENEWAL OF FUGRO MARINESTAR DGNSS SATELLITE POSITIONING DATA SUBSCRIPTION SERVICE
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Fugro USA Marine Inc. to renew the MarineStar DGNSS satellite positioning data subscription service for Septentrio receivers. This service is critical for NOAA's uncrewed systems, which require precise point positioning via a Differential Global Navigation Satellite System (DGNSS) to produce accurate navigational charts. The contract will ensure continued access to the only DGNSS service provider with national coverage, which is essential for high-quality data in offshore environments. Interested firms that believe they can meet the government's requirements may submit documentation to Kyle Lawrence at kyle.lawrence@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
    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.
    Replace 2 Beck & Kuffel Gould’s vertical immersion
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide two Beckwith & Kuffel Goulds Model 3171 vertical immersion pumps for the NOAA Ship Fairweather. The procurement aims to acquire these pumps, which are critical for the vessel's aft grey water tanks, to ensure operational readiness and prevent delays in case of pump failure. This acquisition is justified as a single source due to the need for compatibility with existing systems on the ship, emphasizing the importance of maintaining operational integrity and safety. Quotes are due by January 2, 2026, at 4:00 PM PST, and interested parties must register in SAM.gov and submit their past performance questionnaires to Isaac Bright at isaac.bright@noaa.gov by the same deadline.
    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.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for Defense Maritime Solutions (DMS) Shaft & Rudder Seal Kits for various class vessels. The procurement requires Original Equipment Manufacturer (OEM) parts from DMS or its authorized distributors, ensuring compatibility and performance for cutter boat maintenance, with no substitutes allowed. This five-year requirements-type contract, effective from March 2, 2026, to March 1, 2031, includes Firm-Fixed Price Delivery Orders, with a minimum order value of $18.99 and a maximum of $8,468,353. Proposals are due by January 14, 2026, and interested parties should direct inquiries to William Zittle or Mark Cap via the provided contact details.
    Barge/vessel and crane services needed for the ins
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide barge/vessel and crane services for the installation of an elevated platform at the New Canal NWLON station in New Orleans, LA. The procurement involves the removal of an existing aluminum frame and the installation of a new 1.5-ton aluminum frame and electronics enclosure, with the project expected to be completed within two 8-hour workdays between February 1 and April 30, 2026. This opportunity is a total small business set-aside under NAICS code 488390, emphasizing the importance of supporting small businesses in federal contracting. Interested contractors must submit their quotes by January 9, 2026, and are encouraged to contact Chelsea Vera at Chelsea.Vera@noaa.gov for further information.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.