Meteomatics Meteodrone MM-670M
ID: 145027-24-0064CM2Type: Special Notice
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    Special Notice: Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Meteomatics AG for the procurement of a Meteomatics Meteodrone MM-670M, accessories, and training.

    The Meteodrone MM-670M is a commercial off-the-shelf weather drone that is used for atmospheric research. It is the only drone capable of ascending to altitudes up to 6km above mean sea level and operating in icing conditions using integrated heated propellers. Additionally, it is equipped with a parachute rescue system to ensure the safety of people and property in case of unforeseen events. The drone has been approved by the Uncrewed Aircraft Systems Division (UASD) and meets NOAA's airworthiness and operational requirements.

    The procurement is based on the fact that Meteomatics AG is the only manufacturer of this specific equipment and there are no resellers available. The drones are in compliance with federal cybersecurity and information technology policies. The delivery of the drones is expected within 150 days of award to Seattle, WA.

    This notice of intent is not a request for competitive proposals, but firms that believe they can meet the government's requirements may submit documentation within 15 days for evaluation. The government will determine whether to conduct the procurement on a competitive basis. Oral communications will not be accepted in response to this notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    INTENT TO AWARD TO A SINGLE SOURCE - Daikin Applied Americas Inc
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Daikin Applied Americas Inc for the overhaul and maintenance of a McQuay chiller located at the NOAA Main Laboratory in Pascagoula, Mississippi. The contractor will be responsible for providing all necessary parts, labor, and warranty to ensure the chiller operates reliably and efficiently throughout the year, with the overhaul scheduled to occur during the winter months of December 2024 through February 2025. This specialized service is critical as it involves proprietary technology and components unique to the McQuay brand, requiring factory-trained technicians for the complex overhaul process. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice if they believe they can meet the requirements, although no solicitation package is available.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    NOAA: R.M. Young Wind Monitor Supplies
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide various R.M. Young Wind Monitor supplies essential for environmental monitoring stations operated by its Center for Operational Oceanographic Products and Services (CO-OPS). The procurement aims to replenish and replace existing supplies, emphasizing the need for specific brand-name components to ensure compatibility with current systems, thereby avoiding significant costs and delays associated with alternative products. Interested offerors must submit their electronic quotes, confirming active registration in the System for Award Management (SAM), and adhere to the outlined submission requirements by the specified deadline. For further inquiries, potential bidders can contact Nikki Radford at nikki.radford@noaa.gov or Steven Prado at steven.m.prado@noaa.gov.
    N66001-25-Q-6001 Notice of Intent to Award Sole Source Order to L3 Technologies, Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to L3 Technologies, Inc. for the procurement of an Autonomous Underwater Vehicle (AUV) and associated transportation cases. The specific items required include an Iver3 Base AUV with mission planning software, various electronic and propulsion cases, and a collapsible stand, all manufactured by L3 Technologies. This procurement is critical for enhancing the Navy's capabilities in search, detection, navigation, and guidance operations. Interested vendors may submit their capability statements or inquiries to Contract Specialist Zachary T. Pilkington via email by September 26, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    INTENT TO AWARD TO A SINGLE SOURCE - Kelley Create
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Kelley Connect (DBA Kelley Create) for the replacement and maintenance of copier machines at its offices in Juneau and Anchorage, Alaska. The procurement involves replacing seven outdated Xerox copiers and establishing a service maintenance agreement for all Xerox machines, ensuring operational efficiency and familiarity across the agency's offices. This contract is critical as it addresses the agency's need for reliable local support, with projected costs of $50,000-$60,000 for the first year and $10,000 for each subsequent option year. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice, although no competitive proposals will be solicited.
    DRAFT DHS/CBP Commercial Solutions Opening - General Solicitation - NII Anomaly Detection Algorithm (ADA) - CSOP-BP-GS-23-0001
    Active
    Homeland Security, Department Of
    Sources Sought COMMERCE, DEPARTMENT OF NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) is conducting market research for the Mesonet Program. The program aims to fill gaps in the Nation's meteorological, hydrologic, and related environmental observing capabilities by obtaining meteorological observation data from existing surface-based observing networks called "mesonets". These observations will significantly improve the prediction of high-impact, local-scale weather events. The Government plans to award a single award, Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price provisions based on a best value basis. The contract will have a period of performance of five years. Interested parties are requested to describe their technical capabilities and demonstrated tools, processes, and service capabilities. The anticipated NAICS code for this procurement is 518210 - Data Processing, Hosting, and Related Services, with a corresponding size standard of $35 Million. The response should be submitted in electronic Adobe Acrobat Portable Document File (PDF) format, limited to no more than five (5) pages. The deadline for submission is 5:00 PM Eastern Time on November 18, 2022. The primary point of contact is Nicole Frie, Contracting Specialist at Nicole.Frie@noaa.gov. The contracting office address is Norfolk Federal Building 200 Granby Street Norfolk, Virginia, and the place of contract performance is TBD Silver Spring, Maryland.
    Notice of Intent to Sole Source Bauer Compressor
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to procure a Bauer Compressor through a sole-source contract for its Maritime Security Response Team West (MSRT-W) based in National City, California. This procurement is justified as the Bauer Compressor is an authorized portable device essential for military divers, meeting all specifications outlined in the U.S. Navy Dive Manual and the Authorized Suppliers Diving Equipment List. The equipment is deemed mission-critical for the Coast Guard's diving operations, ensuring compliance with operational requirements and efficiency. Interested parties may submit a capability statement to Leilani Sandle at leilani.d.sandle@uscg.mil by September 17, 2024, referencing notice number 84-24-Q-34269-0117, although the government is under no obligation to award a contract based on the responses received.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    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.