La Jolla Lab Seawater Services
ID: 1430510074Type: Presolicitation
Overview

Buyer

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

NAICS

Water Supply and Irrigation Systems (221310)

PSC

OPERATION OF WATER SUPPLY FACILITIES (M1NE)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to the University of California at San Diego (UCSD) for seawater services at the Southwest Fisheries Science Center's La Jolla Laboratory. This contract, valued at approximately $185,011.20, will ensure a continuous supply of seawater from the Scripps Institution of Oceanography for research purposes over a one-year period, from September 14, 2025, to September 13, 2026. The seawater is critical for the laboratory's operations, supporting marine conservation and management research, as no alternative sources are available due to the unique infrastructure owned by UCSD. Interested parties must submit capability statements by May 21, 2025, to Madison Vogeler at madison.vogeler@noaa.gov or Jenna Taulman at jenna.taulman@noaa.gov, ensuring all correspondence includes the subject line “143051250074 – La Jolla Lab Seawater Services.”

    Point(s) of Contact
    Files
    Title
    Posted
    The NOAA Southwest Fisheries Science Center (SWFSC) seeks to maintain a continuous supply of seawater from the University of California, San Diego’s Scripps Institution of Oceanography for the period of September 14, 2025, to September 13, 2026. This requirement supports SWFSC’s research initiatives related to marine resources. The long-standing agreement with UC Regents allows for seawater delivery, essential for the operation of the experimental aquarium and technology tank at the La Jolla laboratory since no alternative sources are available. The seawater will be procured at an estimated cost of $185,011.20 per year, based on a delivery rate of $0.44 per 100 gallons and an expected flow of 80 gallons per minute. Infrastructure for this supply is already in place, with SIO responsible for maintaining equipment, besides that which is situated within the SWFSC premises. This contract is vital for fulfilling SWFSC’s mission in marine conservation and management research.
    The National Oceanic and Atmospheric Administration (NOAA) is proposing to award a purchase order to the University of California Regents (UCR) for a continuous seawater supply to the Southwest Fisheries Science Center’s La Jolla Laboratory. The contract, valued at approximately $185,011.20, entails pumping seawater from the nearby Scripps Institution of Oceanography into the laboratory for research purposes over a one-year period, from September 2025 to September 2026. The contract is justified on the basis of unique capabilities provided by UCR, which owns the essential infrastructure, including pumps and pipes, and has a longstanding operational agreement with NOAA. Alternatives for supply do not exist, as the infrastructure, valued at $50 million, serves as the sole source for seawater and is critical for marine conservation efforts. The project is classified under simplified acquisition procedures, allowing for streamlined procurement without competitive bidding, based on the requirement that only one responsible source can fulfill the needs economically and efficiently. All procedural and regulatory approvals have been certified, affirming the accuracy and necessity of the procurement process.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    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.
    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.
    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.
    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.
    Sole Source - U.S.C.G Station Tillamook Main Water Line Repair
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to the City of Garibaldi for the repair of the main water line at Station Tillamook Bay, Oregon. The project involves replacing a damaged 6-inch water line, which is critical for fire suppression, sanitation, and cleaning services at the station, and requires the contractor to provide all necessary personnel, equipment, and services while adhering to safety regulations. The estimated cost for this procurement is $27,051, with a contract performance period from November 26, 2025, to December 8, 2025. Interested parties may direct inquiries to Michelle Myhra at Michelle.M.Myhra2@uscg.mil, as this opportunity is not open for competitive proposals.
    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.
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.
    J046-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract to EMD Millipore Corp. for inspection and maintenance services of reverse osmosis equipment at the Southeast Louisiana Veterans Health Care System. The procurement aims to secure specialized preventive maintenance and repair services for clinical laboratory reagent water systems, which are critical for ensuring the quality and reliability of laboratory operations. This contract will cover a base year from January 10, 2026, to January 9, 2027, under NAICS code 621511 and PSC code J046. Interested parties may submit capabilities statements by December 28, 2025, at 8:00 AM CST to marcus.sidney@va.gov, as the government will assess these submissions to determine the viability of competition; otherwise, negotiations will proceed solely with EMD Millipore Corp.