NexSens CB-950 Data Buoy and Components
ID: 141016-25-0025Type: Special Notice
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 8:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole source contract with Fondriest Environmental, Inc. for the procurement of NexSens CB-950 data buoys and associated components. This procurement is essential for supporting NOAA's Center for Operational Oceanographic Products and Services (CO-OPS) in its physical oceanographic real-time systems (PORTS®), emergency response deployments, and various survey projects, as the NexSens CB-950 buoys are the standardized systems utilized for critical oceanographic data collection. Interested parties who believe they can meet the government's requirements may submit documentation to the primary contact, Michelle Walton, at michelle.walton@noaa.gov within 15 days of this notice, as this opportunity is not open for competitive proposals.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Notice of Intent to Single Source to Elemental Scientific, Inc
Buyer not available
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: Setra Barometers for National Weather Service (NWS)
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking to award a firm fixed price contract for the procurement of 100 Setra Barometers for the National Data Buoy Center located at Stennis Space Center, Mississippi. The barometers must meet specific technical specifications, including a pressure range of 800 to 1100 hPa, an accuracy of ±0.75 hPa over a temperature range of -20°C to +45°C, and low power consumption, making them suitable for deployment on next-generation buoys used in marine weather monitoring. This procurement is set aside for small businesses, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award consideration. For further details, potential offerors can contact Nikki Radford at NIKKI.RADFORD@NOAA.GOV or Steven Prado at STEVEN.M.PRADO@NOAA.GOV.
Datawell Waverider IV (DWR4) Buoy Systems Support
Buyer not available
The Department of Defense, specifically the United States Marine Corps, is seeking support for the maintenance and operation of two Datawell Waverider IV (DWR4) buoy systems at Camp Pendleton, California. The procurement aims to ensure the buoys remain operational through field operations, preventative maintenance, and corrective maintenance services, which are critical for assessing sea conditions vital for safe marine operations. The contractor will be responsible for labor, materials, data management, and reporting, with specific requirements for maintenance documentation and the availability of spare buoys. Interested parties can reach out to Barbara J. Hawes at barbara.hawes@usmc.mil or Marlanea Kirkbride at marlanea.kirkbride@usmc.mil for further information regarding this opportunity.
Next Generation Fathometer
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the procurement of a Next Generation Fathometer, specifically a SONAR Sounding Set. This procurement includes essential components such as a SONAR receiver-transmitter, mounting brackets, remote depth indicators, a SONAR simulator, Navy Tactical Data System A (NTDS-A) converter boxes, and the necessary technical documentation, all to be manufactured in accordance with specified NAVSEA drawings. The SONAR Sounding Set is critical for enhancing underwater detection and navigation capabilities, supporting various naval operations. Interested vendors can find the Request for Proposal (RFP) at https://piee.eb.mil/ by searching for N0025325R7005, and should direct inquiries to Michael Beadle at michael.f.beadle.civ@us.navy.mil or Terrell Burt at terrell.l.burt2.civ@us.navy.mil, with the latter also reachable by phone at (360) 315-0941.
Hypack Software Annual Maintenance
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking information from potential suppliers for the annual maintenance and support of Hypack software, which is critical for hydrographic data collection. The procurement aims to secure maintenance renewal and new software purchases, including licenses for various Hypack products such as Hysweep and Hypack Max, with a focus on compliance with federal IT security requirements. This initiative is vital for NOAA's mission of ensuring safe navigation and environmental protection, reflecting the agency's commitment to maintaining high regulatory standards. Interested firms, particularly small and socio-economic businesses, must submit their capabilities and qualifications via email by April 21, 2025, to Ronnia Sawyer at ronnia.sawyer@noaa.gov or Nicole Lawson at Nicole.Lawson@noaa.gov, as part of this market research effort.
J--REPAIR WORK ON VESSEL IN SEATTLE, WASHINGTON
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for repair work on the hydrographic survey vessel S3006, located in Seattle, Washington. The procurement involves a total small business set-aside for seventeen defined repair tasks, including the replacement of power systems, engines, electrical panels, navigation and safety equipment, insulation, and the fuel system, all of which must be completed within 60 days of contract award. This vessel is crucial for the operational readiness of NOAA's Navigation Response Team, which conducts hydrographic survey operations in the Pacific Northwest. Interested contractors must submit their quotes by April 16, 2025, and are encouraged to schedule site visits by contacting the designated NOAA representatives. For further inquiries, Michelle Walton can be reached at MICHELLE.WALTON@NOAA.GOV or by phone at 757-605-7411.
Request for Information: NOAA NESDIS Commercial Satellite Data-as-a-Service (Including Weather and Space Environmental Data)
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking information on commercial satellite environmental data through a Request for Information (RFI) aimed at enhancing its capabilities for weather and space environmental forecasting from fiscal years 2026 to 2032. This RFI specifically requests insights into currently available or planned satellite data concerning atmospheric conditions, the cryosphere, land surface hydrology, oceans, and space weather factors, with the goal of integrating commercial data to improve NOAA's forecasting abilities. The initiative underscores NOAA's commitment to leveraging advanced satellite data to support ongoing environmental monitoring efforts and may lead to future Requests for Proposals (RFPs). Interested vendors must submit their capability statements by April 15, 2025, and direct any questions to the primary contact, Suzanna Espinoza, at Suzanna.Espinoza@noaa.gov or by phone at 301-628-1343.
Notice of intent to award sole source
Buyer not available
Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
Mooring Components
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
Sources Sought Notice for Woods Hole Oceanographic Institute (WHOI)
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is issuing a Sources Sought Notice for the acquisition of a WHOI Gen 2 Remote Environmental Monitoring Units (REMUS) 600 Autonomous Underwater Vehicle (AUV) from the Woods Hole Oceanographic Institution (WHOI) in Massachusetts. The government intends to award a Firm Fixed Price, follow-on acquisition on a limited source basis, and is seeking responses to assess the capabilities of potential suppliers. The REMUS 600 AUV is crucial for various applications in environmental monitoring and research, highlighting the importance of advanced navigational instruments in defense operations. Interested parties must submit their written responses, including a company profile and capabilities statement, to Trivia Massaline at trivia.s.massaline.civ@us.navy.mil, with no solicitation anticipated and no reimbursement for response preparation costs.