NWS Pacific Region HOGEN Supplies
ID: 142060250041SMType: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Proton Energy Systems, Inc. for the procurement of spare parts and supplies for their Hydrogen Gas Generator (HOGEN) network, specifically for delivery to Honolulu, HI. This procurement is essential for maintaining the functionality and safety of the existing hydrogen generators used by the National Weather Service (NWS) Pacific Region, as only Proton Energy Systems manufactures the compatible parts required for these systems. Interested firms that believe they can meet the government's requirements may submit documentation to the primary contact, Stephanie Mas, at STEPHANIE.MAS@NOAA.GOV within 15 days of this notice, although no solicitation package is available, and the delivery is expected within 280 days from the award date.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.
    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 Other Than Full and Open Competition - Mauna Loa Observatory Construction
    Commerce, Department Of
    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.
    GENERATOR,NITROGEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the repair of nitrogen generators through the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to ensure the operational readiness of these critical gas generating and dispensing systems, which are essential for various military applications. The contract will require a Repair Turnaround Time (RTAT) of 164 days, with an emphasis on compliance with quality assurance standards and government inspections. Interested contractors should submit their quotes, including unit prices and RTAT, to Rebecca A. Rainey at REBECCA.A.RAINEY5.CIV@US.NAVY.MIL by the specified deadline, as the solicitation is issued under Emergency Acquisition Flexibilities.
    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.
    N64498-22-R-4002 Automated Electrolytic Oxygen Generator Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking to award a sole source Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to Treadwell Corporation for Automated Electrolytic Oxygen Generator Services. This contract will support the Model 6L16 Electrolytic Oxygen Generator (EOG), Automated Electrolytic Oxygen Generator (AEOG), Low Pressure Electrolyzer (LPE), and their respective simulators, which are critical for training aboard various classes of submarines and associated training facilities. The services provided under this contract are vital for maintaining operational readiness and training effectiveness within the Navy's submarine fleet. Interested parties can reach out to John N. LaMotta at john.lamotta@navy.mil or Gregory F. Kaiser at gregory.kaiser@navy.mil for further details regarding this opportunity.
    Synopsis Navy Repair LTC A024596
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole source Request for Quotation (RFQ) for the procurement or repair of 990 units of GENERATOR, DIRECT CU (NSN: 7R6115017015827, P/N: 766101B) from Hamilton Sundstrand Corporation. This procurement is critical as it supports the Navy's operational capabilities, with the generators being essential for various applications within the fleet. The solicitation is expected to be released on December 18, 2025, with a closing date of January 17, 2026, and interested parties are encouraged to submit their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil for consideration, although the procurement will not be delayed for Source Approval Requests from unapproved firms.
    Purchasing GAC of 8 Units
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, intends to award a sole source contract to Clean Harbors Environmental Services for the procurement of eight granular-activated carbon (GAC) vessels. This acquisition is critical for supporting various Red Hill recovery operations and ensuring compliance with environmental regulations related to source water filtration. The contract will be awarded under the authority of 10 U.S.C. § 3204(c)(2) and FAR 6.302-2, and no competitive offers will be solicited. For further inquiries, interested parties may contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or Samantha Tomisato at samantha.e.tomisato.civ@us.navy.mil.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    NOTICE OF INTENT TO SOLE SOURCE - NPMS
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source contract for annual preventative maintenance services for the Negative Pressure Mail Suite (NPMS) at its warehouse facility in Springfield, Virginia. The contract, which will be awarded to American Safe Air, the original equipment manufacturer, includes quarterly preventative maintenance, inspections, and repairs of various components of the NPMS, which is critical for processing incoming mail for bio-hazardous and physical threats. Interested parties who believe they can provide the required services are encouraged to contact Teresa Roshau-Delgado by December 18, 2025, at 10:00 AM EST, as the procurement will follow FAR Part 13 procedures and is not open for competitive quotations.