NOAA: Setra Barometers for National Weather Service (NWS)
ID: 1305M225Q0091Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to the Offeror Representations and Certifications related to federal contracts for commercial products and services. It stipulates that Offerors must either complete annual electronic representations in the System for Award Management (SAM) or provide detailed alternative representations if they have not registered. Key definitions are provided, including terms like "Economically Disadvantaged Woman-Owned Small Business" and "Service-Disabled Veteran-Owned Small Business." The document mandates Offerors to verify their status concerning small business classifications, compliance with affirmative action, and adherence to various regulations, including the Buy American Act and restrictions on doing business in Sudan and Iran. It outlines representation procedures for determining a firm's ownership structure, tax liabilities, and previous contract compliance. Additional provisions cover prohibitions against using forced child labor and requirements associated with greenhouse gas emissions disclosure for larger contracts. The aim is to ensure transparency, compliance with federal regulations, and the validation of minority-owned business status to promote inclusivity in government contracting. This comprehensive set of certifications reflects the federal government’s commitment to ethical contracting practices and inclusion of diverse business entities.
    This document outlines the solicitation for commercial products and services directed towards Women-Owned Small Businesses (WOSB) under federal acquisition procedures. It details the requisition and contract information, including the contract and solicitation numbers, effective dates, and delivery requirements. The procurement mainly focuses on the Northeast Regional Office, with emphasis on standard commercial products, specifically the SETRA Barometer Model 278, which is required in a quantity of 100. It highlights the bid submission process along with evaluation criteria—specifications compliance, past performance references, and pricing fairness. The contract stresses the importance of avoiding the use of covered telecommunications equipment and mandates completion of required representations related to compliance with federal regulations. Furthermore, it includes clauses for payment methods, contractor responsibilities, and rights against debarment. The document signifies a commitment to enhancing opportunities for economically disadvantaged and veteran-owned small businesses while ensuring compliance with federal procurement laws. This solicitation reflects broader government efforts to engage small business vendors while adhering to legal and regulatory frameworks governing procurement bidding and contract awards.
    The National Data Buoy Center (NDBC) has outlined specifications for its SCOOP system barometer, intended for deployment on next-generation buoys as a redundant meteorological instrument. The barometer must fit within restricted housing, require low power, and maintain accuracy in various temperatures, enabling use from Alaska to the equator. Certification and testing are required to confirm performance on a mobile platform. Key models, the R.M. Young 61302V-1 and Setra 278, have been approved after modifications. Critical specifications include an input voltage range of 10 to 16 VDC, minimal current consumption, a pressure range of 800 to 1100 hPa, an accuracy of ±0.75 hPa over a temperature span of -20°C to +45°C, and rapid warm-up time. Additionally, the barometer must be lightweight, compact, and easily mountable, with specific connector requirements. These specifications are crucial for maintaining data integrity in diverse environmental conditions, underscoring the NDBC’s commitment to reliable and precise meteorological measurements in support of marine weather monitoring.
    The document outlines the features and specifications of Setra's Model 278 Barometric Pressure Transducer, emphasizing its suitability for remote environmental applications. The device utilizes the innovative SETRACERAM™ ceramic sensor, offering enhanced accuracy and thermal performance across a wide operating temperature range. Key features include low power consumption with a sleep mode for instant startup, easy installation through its compact design, and a removable terminal block for simplified wiring. The Model 278 is particularly advantageous for solar-powered systems and is used in automated weather stations, data buoys, and agriculture metrology systems. Technical specifications highlight a pressure range of 500 to 1100 hPa/mB, excellent long-term stability, and CE compliance. Overall, this transducer represents a reliable solution for high-accuracy barometric pressure measurement in demanding environments, demonstrating its value in various government and local projects seeking effective remote sensing technologies.
    The document outlines the requirements for submitting quotes in response to a federal Request for Proposal (RFP) set aside for small business concerns in the field of measuring and controlling device manufacturing, specifically NAICS 334519. Quotes must be emailed to the specified contact and cannot be faxed. The government intends to award a firm-fixed price contract to the lowest price technically acceptable offer. All offerors must have active registrations in the System for Award Management (SAM) and provide various required information, including unique entity identifiers, past performance references, and manufacturing location. A specific brand justification is detailed, highlighting the necessity of Setra barometers for coastal weather stations due to their proven accuracy and reliability since the 1990s. Alternative models have been tested but failed to meet the accuracy requirements necessary for critical weather data, emphasizing the importance of the selected instruments for public safety and forecasting needs. Overall, this solicitation underscores the federal commitment to acquiring high-quality, reliable measuring devices essential for the National Data Buoy Center's operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NOAA Ship Pisces requires Transducers to be replac
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotes from qualified small businesses for the replacement of transducers on the NOAA Ship Pisces, as part of a total small business set-aside contract. The procurement involves providing all necessary labor, equipment, and materials for the removal and replacement of the transducers at the Marine Operations Center in Norfolk, VA, with a performance period of 15 days following the start date. This contract is crucial for maintaining the operational capabilities of the ship, which plays a vital role in NOAA's marine and atmospheric research missions. Interested vendors must submit their quotes electronically to Christopher Baker at christopher.baker@noaa.gov by January 19, 2026, at 10:00 AM EDT, and are encouraged to attend a site visit on January 9 or January 12, 2026, to better understand the project requirements.
    Barge/vessel and crane services needed for the ins
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide barge/vessel and crane services for the installation of an elevated platform at the New Canal NWLON station in New Orleans, LA. The procurement involves the removal of an existing aluminum frame and the installation of a new 1.5-ton aluminum frame and electronics enclosure, with the project expected to be completed within two 8-hour workdays between February 1 and April 30, 2026. This opportunity is a total small business set-aside under NAICS code 488390, emphasizing the importance of supporting small businesses in federal contracting. Interested contractors must submit their quotes by January 9, 2026, and are encouraged to contact Chelsea Vera at Chelsea.Vera@noaa.gov for further information.
    SOLE SOURCE: Applanix DSS Maintenance/Support for NOS NGS
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Applanix Corp. for the continued maintenance, support services, and licensing of an existing Applanix Digital Sensor System (DSS) and its associated software. This procurement is critical for NOAA's mission to conduct congressionally mandated surveys of the National Shoreline and nearshore bathymetry, as well as to support emergency response activities related to both manmade and natural disasters. Applanix is the sole provider capable of meeting these specific requirements, as confirmed by market research, and the statutory authority for this non-competitive acquisition is outlined in FAR 13.106-1(b)(1)(i). Interested parties who believe they can fulfill these requirements may submit a Capability Statement by 11:00 AM EST on January 13, 2026, to the Contract Specialist, Chelsea Vera, at chelsea.vera@noaa.gov.
    66--LBAO Gauging Equipment
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide new FTS Inc. dataloggers, transmitters, and antennas as outlined in their Sources Sought Notice. The procurement includes specific items such as radar water level sensors, level sensors, and dataloggers with GPS antennas, which are critical for measuring and controlling industrial process variables. This opportunity is part of a total small business set-aside initiative, and interested vendors must submit their business size, capabilities statements, and relevant documentation by January 21, 2026, at 11:00 AM PST to Mouang Phan at mphan@usbr.gov. The notice number for reference is 140R2026Q00022.
    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.
    ALTIMETER,PRESSURIZ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the procurement of pressurized altimeters. This contract involves the manufacture and quality assurance of these instruments, which are critical for measuring and controlling industrial process variables in defense applications. The procurement is part of an emergency acquisition initiative, with a closing date for quotes extended to January 12, 2026. Interested vendors should direct inquiries to Seana M. Steiner at 717-605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL, and must comply with specific quality and packaging standards outlined in the solicitation.
    Data-encrypted Autonomous In-situ Subsurface Profiling Systems
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistic Center Norfolk, is seeking contractors to provide data-encrypted autonomous in-situ subsurface profiling systems, specifically air/surface-deployable profiling floats, for meteorological and oceanographic operations. These floats must meet stringent NAVOCEANO standards, including the ability to transmit encrypted data via Iridium Satellite communications, collect critical environmental data such as salinity, temperature, and pressure, and operate unattended for extensive profiling cycles. The contract will be structured as a Firm Fixed Price (FFP) multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a three-year ordering period, anticipated to commence on September 23, 2026, following an award around August 24, 2026. Interested vendors should ensure they are registered in the SAM database and may contact Borui Tang or Joseph Caltagirone for further information.
    66--BASE,PRESSURE SENSO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of a commercial product, the Base Pressure Sensor, identified by part number 07030655-2. This procurement aims to acquire pressure measuring instruments that meet specific design, material, and dimensional requirements, ensuring compliance with established technical standards. The Base Pressure Sensor is critical for various applications within military operations, emphasizing the importance of precision in measuring and controlling industrial process variables. Interested vendors should direct inquiries to Collin A. Browning at 564-226-1306 or via email at COLLIN.A.BROWNING.CIV@US.NAVY.MIL, with proposals expected to be valid for 60 days post-submission.
    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.
    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.