Universal Sonar Mount (USM) system replacement for
ID: 1305M225Q0075Type: Combined Synopsis/Solicitation
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

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

Set Aside

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

    The National Oceanic and Atmospheric Administration (NOAA) is seeking to procure replacement Universal Sonar Mount (USM) systems for its Navigation Response Branch (NRB), which are critical for hydrographic surveys and emergency responses. The procurement involves six Hightower Sonar Mount systems and associated components that must be compatible with existing welded mounting plates on the vessels used by Navigation Response Teams. This equipment is essential for maintaining navigational charts and enhancing operational readiness, as the current systems have reached the end of their operational life after ten years of use. Interested small businesses must submit their quotes electronically by March 7, 2025, with an anticipated award date around March 21, 2025. For further inquiries, potential offerors can contact Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Oceanic and Atmospheric Administration (NOAA) has issued a Request for Quotation (RFQ) for the replacement of Universal Sonar Mount (USM) hardware essential for hydrographic surveys and emergency responses. The existing equipment has reached its end-of-life, prompting this solicitation. The RFQ is specifically set aside for small businesses, encompassing items like sonar mounts, gear drive kits, and mounting plates, with the total quantity varying for each line item. Quotes must be submitted electronically by March 7, 2025, with an anticipated award date around March 21, 2025. Offerors must comply with submission guidelines, including providing their firm information and technical descriptions of the items offered. The government will evaluate bids based on the Lowest Price Technically Acceptable (LPTA) criteria. It is vital for contractors to register with the appropriate vendor services and ensure their offers are submitted before the deadline to be considered for the award. This solicitation underscores NOAA's commitment to maintaining operational readiness and advancing maritime safety through updated equipment.
    The National Oceanic and Atmospheric Administration (NOAA) Navigation Response Branch (NRB) is seeking to procure replacement Universal Sonar Mount (USM) hardware for its Navigation Response Teams (NRTs). The aging USM equipment, essential for hydrographic surveys and post-storm emergency responses, is nearing the end of its operational life. The procurement includes six Hightower Sonar Mount systems and related components, all of which must be compatible with the existing welded mounting plates on the NRT vessels. Key technical specifications and part numbers are provided for each component. Additionally, the contract requires a minimum 12-month warranty on the upgraded equipment. Delivery is requested at specific NOAA locations, including Gulfport, Seattle, Patuxent River, New London, and Fernandina Beach. IT security requirements ensure compliance with government regulations concerning safety and data protection, including service specifications not allowing remote contractor access to government equipment. This procurement aims to enhance NOAA's operational capability in maintaining navigational charts and responding to emergencies efficiently and effectively.
    The U.S. Department of Commerce, specifically the NOAA, is seeking to procure replacement Universal Sonar Mount (USM) sonar mounting hardware for its Navigation Response Branch (NRB). This equipment is essential for hydrographic surveys and emergency responses, as current systems have deteriorated after ten years of use and are no longer operationally efficient. The new USM systems are designed to be fully compatible with existing equipment, particularly with the permanently affixed welded mounting plates on Navigation Response Teams’ vessels. Research indicated that only the USM brand meets the necessary compatibility and functionality requirements. The sole source determination is supported by findings that no other manufacturers can provide equipment that fits the existing mounts. Further market research confirmed the availability of the USM brand and its authorized resellers as small businesses, ensuring compliance with procurement regulations. The certification by the technical representative and contracting officer highlights confidence in the necessity and completeness of the acquisition action.
    The document is a Request for Proposal (RFP) related to the acquisition of specialized equipment for navigation services, specifically sonar mounts and related components. It outlines the solicitation details, including the item specifications, quantities, and pricing structure for each item required, which include a USM HighTower Sonar Mount, Gear Drive Kit, and various mounting plates. The document specifies that this procurement is unrestricted and invites bids from all qualified vendors. Key details include the solicitation number (1305M225Q0075), the submission deadline, and the requirement for bidders to comply with federal acquisition regulations. The document includes extensive clauses regarding contractor responsibilities, such as adherence to federal standards surrounding telecommunications, labor practices, and business certifications. Furthermore, it mandates that submissions must include various representations and certifications verifying compliance with federal laws and small business classifications. This RFP reflects the federal government's ongoing commitment to procuring quality services and equipment while ensuring compliance with regulations and supporting small business participation in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Kongsberg EM2040 Sonar Grooms
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors for the maintenance and repair of Kongsberg EM2040 sonar systems. The procurement aims to ensure the operational efficiency and reliability of these advanced sonar instruments, which are critical for various oceanographic and environmental monitoring applications. Interested parties should note that the primary contact for this opportunity is Stephanie Mas, who can be reached at STEPHANIE.MAS@NOAA.GOV or by phone at 303-578-6768 for further inquiries. This opportunity falls under the NAICS code 811210 and is categorized as a Special Notice, with no specified funding amount or deadline provided in the overview.
    NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel, S3008, located in Patuxent, MD. The procurement includes essential tasks such as hull inspection, surface preparation, application of epoxy primer and antifouling paint, and installation of impressed current cathodic protection systems, all to be completed within a 90-day performance period. This contract is vital for maintaining the operational integrity of NOAA's maritime assets and ensuring compliance with federal labor standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    NOAA NOS NGS Lidar System Maintenance, System Support, and Licensing
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors for the maintenance, system support, and licensing of its Leica Chiroptera-5 topographic/bathymetric lidar system, which is crucial for its Coastal Mapping Program. The procurement aims to secure comprehensive technical support for one year, with the option to renew for four additional years, ensuring rapid response to functional issues and high-resolution data collection in coastal zones. This lidar system is integral for surveying the National Shoreline and supports various applications, including emergency response and coastal change analysis. Interested parties must respond to the Sources Sought Notice by February 24, 2025, at 11:00 am ET, providing details about their capabilities and licensing, with submissions limited to ten pages. For further inquiries, contact Kirstin Bryant at Kirstin.bryant@noaa.gov or Nicole Lawson at Nicole.Lawson@noaa.gov.
    20--RFP for Class B Uncrewed Maritime Systems
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting proposals for the procurement of Class B Uncrewed Maritime Systems. The objective of this procurement is to acquire advanced maritime systems that will enhance NOAA's capabilities in marine research and monitoring. These systems are crucial for various applications, including environmental assessments and data collection in marine environments. Interested vendors should reach out to Andrew Northcutt at ANDREW.NORTHCUTT@NOAA.GOV for further details regarding the solicitation process.
    Snap-On or Equal Flightline Tool Kits
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotes from small businesses for the acquisition of two Snap-On, Part ATKMFLB Master Flightline or Hangar Kits, which are critical for maintenance operations on Gulf Stream Aircraft G-550. The procurement aims to ensure operational readiness by providing specialized maintenance equipment necessary for the upkeep of these aircraft. Vendors are required to submit detailed specifications and confirm their agreement with the terms of the combined synopsis/solicitation (RFQ 1305M225Q0072), with a deadline for submissions set for March 5, 2025. The government intends to award a firm-fixed-price contract based on the Lowest Price Technically Acceptable (LPTA) evaluation method, and interested parties can reach out to Wendy Culbreth at wendy.culbreth@noaa.gov or call 757-605-1263 for further inquiries.
    NORTEK SENSORS AND COMPONENTS FOR NOAA NATIONAL OCEAN SERVICE
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to procure Nortek sensors and components for the National Ocean Service. This procurement aims to enhance NOAA's capabilities in oceanographic research and monitoring by acquiring specialized analytical laboratory instruments. The goods are critical for various applications in environmental monitoring and data collection, supporting NOAA's mission to understand and predict changes in the Earth's environment. Interested vendors can reach out to Michelle Walton at MICHELLE.WALTON@NOAA.GOV or call 757-605-7411 for further details regarding this opportunity.
    Next Generation Radar (NEXRAD) High Power Pulsed Frequency Amplifier (Klystron)
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking small businesses capable of providing repair and refurbishment services for the Next Generation Radar (NEXRAD) High Power Pulsed Frequency Amplifier (Klystron). This procurement aims to support the National Weather Service's equipment requirements, specifically focusing on the evaluation and repair of klystrons that are critical for monitoring weather data. The anticipated contract will be a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) for five years, with an estimated annual repair volume of 5 to 30 klystrons, requiring compliance with operational standards and certification by the NWS Radar Operations Center. Interested vendors must submit their responses by 2:00 p.m. EST on March 6, 2025, and are required to register in the System for Award Management (SAM) to participate in this opportunity. For further inquiries, contact Julia Oldham at julia.oldham@noaa.gov or Kevin J. Buum at kevin.j.buum@noaa.gov.
    Toledo, OH Valve & Intake Inspection & Repair
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the inspection and repair of an intake valve located at the US Army Corps of Engineers property in Toledo, Ohio. The project requires completion within 60 days of award, with the intention to finalize the work in a single day once initiated, and is exclusively set aside for small businesses under NAICS code 561990. This procurement is critical for maintaining water infrastructure and ensuring operational efficiency, with the contract to be awarded based on the Lowest Price Technically Acceptable approach. Interested vendors must submit their quotes by February 28, 2025, and are encouraged to schedule a site visit by February 26, 2025; for further inquiries, they can contact Wendy Culbreth at wendy.culbreth@noaa.gov or call 757-605-1263.
    SURTASS-E Long Term
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking information through a sources sought notice (N32205-SS-25-037) to evaluate the feasibility of chartering a vessel capable of towing a passive acoustic monitoring system for U.S. Navy operations. Interested vendors are required to provide details about a U.S. or foreign-flagged vessel that can operate globally, maintain consistent towing speeds of 4-6 knots for up to 60 days, and ensure heading stability, along with information on vessel classification, readiness timeline post-award, personnel accommodations, and associated costs. This procurement is crucial for supporting military operations and ensuring compliance with security and safety regulations, with a period of performance set for 334 days starting from March 31, 2025. Vendors must submit their detailed responses by February 27, 2025, and can direct inquiries to Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    19--Alaska Fisheries Science Center Longline Charter
    Buyer not available
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for chartered vessel services to conduct longline surveys in the Gulf of Alaska, Eastern Bering Sea, and Aleutian Islands Region during the years 2025 and 2026. The primary objective of this procurement is to assess the relative abundance, size composition, and age of key fish species, including sablefish and Pacific cod, while collecting essential biological data through tagging and otolith sampling. This initiative is crucial for sustainable fisheries management and aims to maximize economic returns from the survey catch, reflecting the government's commitment to responsible fishery resource management. Interested contractors must submit their quotations by March 7, 2025, and can direct inquiries to Amanda Rossiter at AMANDA.ROSSITER@NOAA.GOV.