Gill MaxiMet all-in-one weather sensors for the NDBC, Stennis Space Center
ID: 1305M225Q0166Type: Solicitation
Overview

Buyer

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

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

METEOROLOGICAL INSTRUMENTS AND APPARATUS (6660)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide 35 Gill Instruments MaxiMet all-in-one weather sensors for the National Data Buoy Center (NDBC) at the Stennis Space Center. This procurement is a brand name requirement due to the unique performance and compatibility of the MaxiMet sensors in harsh marine environments, which are critical for integration with the SCOOP system. Interested offerors must submit their quotes by September 5, 2025, at 3:00 PM EST, and are required to be registered with the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential bidders can contact Tyran Claypool at tyran.claypool@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for the procurement of commercial products and services from women-owned small businesses (WOSB), with a specific focus on economically disadvantaged women-owned small businesses (EDWOSB). It provides information regarding requisition and contract numbers, important dates, and contact details for inquiries. The solicitation includes a request for quotes (RFQ) and specifies the desired items, which are GMX500 Gill Maximet sensors. Detailed provisions and clauses under Federal Acquisition Regulations (FAR) are incorporated to guide compliance, including prohibitions against contracting with certain entities and requirements for submission methods. This initiative aims to ensure that WOSBs participate in federal procurements while adhering to legal and regulatory standards. The document also emphasizes the importance of transparency, reporting, and accessibility during the contract process, promoting fair opportunities for diverse businesses. Overall, it reflects the government’s commitment to supporting small and minority-owned enterprises through structured procurement processes.
    This amendment to solicitation 1305M225Q0166, dated July 8, 2025, extends the offer due date to September 5, 2025, at 3:00 PM EST. Its primary purpose is to remove Contract Line Item Number (CLIN) 0002 (Option Year) from the solicitation, leaving only CLIN 0001 as described in the Schedule of Supplies/Services. Offerors must acknowledge receipt of this amendment by signing and returning a completed Standard Form (SF) 30. Failure to submit a signed SF30 may result in the offer being deemed non-responsive. All other terms and conditions of the original solicitation remain unchanged. The solicitation is administered by EAD-SAP, located at FED BLDG 200 GRANBY ST SUITE 815, NORFOLK VA 23510.
    The document outlines the evaluation criteria for government requests for quotation using simplified acquisition procedures. The primary goal is to select a responsible offeror that provides the best value to the Government, considering both price and non-price factors. Key evaluation factors include price, which will assess the total cost for CLIN 0001 (35 Gill MaxiMet all-in-one weather sensors) and CLIN 0002 (option quantity), ensuring reasonableness and balance. Past performance will also be evaluated, focusing on the offeror's success in similar contracts, including product delivery quality and timeliness, cost control, responsiveness, and customer satisfaction. Offerors must provide at least two, but no more than three, relevant past performance examples with detailed contact information and project specifics.
    The document outlines the evaluation process for quotes submitted in response to a government Request for Quotation (RFQ) utilizing simplified acquisition procedures. The primary objective is to determine the best value for the government by assessing both price and non-price factors. Key evaluation criteria include: 1. **Price**: The total price for specific Contract Line Item Numbers (CLINs), specifically for all-in-one weather sensors and option quantities, will be scrutinized for reasonableness to avoid materially unbalanced offers. 2. **Past Performance**: The evaluators will analyze the offeror's historical performance on relevant contracts, focusing on delivery quality, responsiveness, and customer satisfaction. Offerors must submit a list of two to three relevant past performance examples, including detailed contact information for references. This evaluation framework is part of broader federal procurement guidelines aimed at ensuring effective and efficient use of government funds while rewarding capable suppliers. It emphasizes the importance of both competitive pricing and demonstrated reliability in past contract performance.
    The document, titled "Offeror Representations and Certifications—Commercial Products and Commercial Services," outlines essential compliance requirements for offerors in federal government RFPs. It details various certifications and representations necessary for contractors, covering areas such as small business status (e.g., veteran-owned, women-owned, disadvantaged, HUBZone), equal opportunity, payments to influence federal transactions, Buy American Act, Trade Agreements Act, responsibility matters, child labor, place of manufacture, service contract labor standards, taxpayer identification, restricted business operations in Sudan, inverted domestic corporations, Iran-related activities, ownership, delinquent tax liability, felony convictions, greenhouse gas emissions, and prohibitions on confidentiality agreements restricting whistleblowing, and covered telecommunications equipment. Offerors can complete annual representations in SAM, but must update specific paragraphs for each solicitation. This provision ensures offerors meet legal, ethical, and economic standards for government contracts.
    The document outlines the Offeror Representations and Certifications related to Commercial Products and Services as per federal regulations. It specifies that Offerors must complete specific sections of the provision depending on their prior status in the System for Award Management (SAM). Key definitions include concepts such as "small business concern," "economically disadvantaged women-owned small business," and "service-disabled veteran-owned small business." The document establishes criteria for participation in government contracts, including representation regarding labor practices and compliance with various regulations, such as the Buy American Act and the prohibition against certain business operations, particularly in Sudan. It emphasizes firm certifications regarding prior contracts, tax liabilities, and ethical conduct in dealings with federal entities. Additionally, it highlights the importance of inclusivity for minority-owned and veteran-owned businesses in federal contracting. The structure is complex, comprising numerous clauses and definitions, and is aimed to ensure compliance with federal standards and promote fair opportunities for various types of businesses. This regulation serves as a framework to guide Offerors in fulfilling necessary requirements for federal procurement processes.
    This document outlines the instructions for offerors responding to a government solicitation, emphasizing that quotes must be emailed to TYRAN.CLAYPOOL@NOAA.GOV by the specified deadline. Key requirements include registration with the System for Award Management (SAM.gov) and possession of a Unique Entity Identifier (UEI) number. Offerors must complete specific blocks on Page 1, provide their pricing, and confirm their SAM registration status, UEI number, and a statement regarding any Organizational Conflict of Interest. They are also required to respond to evaluation factors as per CAR Clause 1352.213-70, verify their small business size under NAICS 334519, confirm U.S. manufacturing of the injection mold, and provide contact information. Failure to comply with these instructions may result in disqualification.
    This document outlines the instructions for offerors responding to a solicitation from the Eastern Acquisition Division of NOAA. Quotes must be submitted via email to a designated address by a specified deadline; faxed or mailed quotes will not be accepted. Offerors are encouraged to ask questions within five days of the solicitation's issuance. The government will evaluate quotes based on the "best value" concept, aiming to achieve maximum benefit from the provides. All contractors must be registered in the System for Award Management (SAM) to be eligible for contract awards, and they must provide their Unique Entity Identifier (UEI) and confirm their business size under the NAICS code 334519. The document requires specific information from offerors, including compliance with conflict of interest regulations and confirmation that an injection mold will be produced in the U.S. Failure to respond to the required points may result in non-compliance and exclusion from further consideration. Overall, the instructions emphasize the importance of compliance and registration for participating contractors in government procurement processes.
    Lifecycle
    Similar Opportunities
    Buoy Services Wave Data Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    66--METEOROLOGICAL MEAS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 550 units of meteorological measuring instruments, specifically NSN 6660017272797. This solicitation is part of a total small business set-aside and aims to ensure that qualified small businesses can participate in the bidding process. The instruments are critical for various applications in search, detection, navigation, guidance, and aeronautical systems, underscoring their importance in defense operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and any inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. The deadline for quote submission is 127 days after the award date.
    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.
    RODMETER,UNDERWATER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    GRAW Portable Upper Air System Components
    Buyer not available
    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.
    Fleet Stability Software Support Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract for Fleet Stability Software Support Services to Herbert-ABS Software Solutions. The procurement aims to provide and maintain the CargoMax and HECSALV stability software for NOAA's fleet of 15 research and survey vessels, which includes initial installations, software maintenance, and updates to data files and vessel information. This software is critical for ensuring the operational stability and safety of NOAA's vessels, and the contractor will also be responsible for providing technical support, training for ship crews, and maintaining a secure distribution website. Interested parties who believe they can meet the requirements must submit a capability statement to the Contract Specialist, Tamara Horton, by December 8, 2025, at 12:00 PM EST.
    SINGLE-AXIS TILT SENSORS IAW SALIENTS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Single-Axis Tilt Sensors and associated cable assemblies as outlined in Solicitation Number 140G0126Q0005. The procurement requires the delivery of five Jewell Instruments tilt sensors with specific technical characteristics, including a +/- 60-degree tilt limit and a sealed housing, along with five 80 ft. power/data connector cables, to be delivered to the Hydrologic Instrumentation Facility in Tuscaloosa, AL within 30 days of order receipt. This acquisition is critical for hydrological instrumentation and monitoring, ensuring compliance with federal standards and regulations. Interested vendors must submit their quotes by December 8, 2025, and direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 4, 2025.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Buyer not available
    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.
    Hydrogen Purchase/Delivery to Miami, FL WFO
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hydrogen gas and cylinder rental services for the National Weather Service (NWS) Miami Weather Forecast Office (WFO). The procurement involves the purchase and delivery of a maximum of 230 full 300 CF hydrogen cylinders annually, with deliveries scheduled every two weeks, starting from January 1, 2026, through December 31, 2026, and includes four optional one-year extensions through December 31, 2030. This hydrogen is essential for various operational needs within the NWS, ensuring the agency can effectively carry out its weather forecasting responsibilities. Interested vendors must submit their quotes electronically by December 15, 2025, at 12:00 PM MST/MDT to Jamie.Rosales@noaa.gov, with the evaluation based on price and technical capability.
    66--SENSOR,AMBIENT TEMP, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure 10 units of an ambient temperature sensor for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to contract the repair from alternative sources, making it uneconomical to reverse engineer the part. Interested vendors are encouraged to express their interest and capabilities within 45 days of this presolicitation notice, with the primary contact for inquiries being Helen I. Carmelo at (215) 697-0000 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL. The contract will be awarded only to qualified sources, and proposals will be considered based on the government's discretion regarding competitive procurement.