Purchase necessary equipment to install Moving Ves
ID: 1333MK25Q0127Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Fiber Optic Cable Manufacturing (335921)

PSC

CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT (5995)

Set Aside

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

    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking to procure essential equipment for the installation of the Moving Vessel Profiler (MVP) system on NOAA Ships Bell M. Shimada and Reuben Lasker. This procurement includes specialized interface components such as junction boxes and interface cables, which are critical for real-time data collection during marine operations. The urgency of this acquisition is underscored by the need for reliable equipment to support ongoing scientific research at sea, with a total estimated value of $28,512. Interested vendors, particularly those classified as small businesses, should direct inquiries to James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV or call 757-317-0567 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a purchase request for two sets of junction boxes and interface cables intended for installation on NOAA Ships Bell M. Shimada and Reuben Lasker. These components are essential for the Moving Vessel Profiler (MVP) system, which allows for the simultaneous real-time collection of various data while the ships are operational. The technical specifications detail the required items, including a 25-meter controller interface cable, four gland junction box assemblies, and two sets of 31-meter marine shipboard cables priced per meter, alongside shipping and handling arrangements. The deliverables are needed as soon as possible, with delivery directed to Katie Watkins-Brandt at the Marine Operations Center in Newport, OR. This purchase underscores the ongoing need for reliable equipment to support scientific operations at sea.
    The Department of Commerce, specifically the NOAA Office of Marine and Aviation Operations, seeks an exception to the fair opportunity process for the procurement of specialized interface components necessary for the operation of the Moving Vessel Profiler (MVP-200) system. The request concerns the acquisition of cables and junction boxes valued at $28,512, required for seamless data collection operations on two research vessels, the Bell M. Shimada and the Reuben Lasker. The justification states that only AML Oceanographic, LTD, the sole distributor of these unique parts, can supply the necessary components that ensure the MVP-200's operational capability. The decision to proceed without competitive bidding is supported by specific regulatory authority, indicating that the urgent need for these unique supplies is critical to ongoing marine operations, emphasizing the uniqueness of the product and the necessity of maintaining efficiency aboard the vessels. Approval for this justification was certified by the contracting officer on July 24, 2025, affirming the accuracy and urgency of the procurement process.
    The Women-Owned Small Business (WOSB) solicitation outlines the procurement process for commercial products and services specifically tailored for women-owned businesses. It defines key components including requisition numbers, award dates, and solicitation details. Key items include the delivery of interface cables and junction boxes, with specified quantities, prices, and shipping terms. The solicitation emphasizes compliance with various federal regulations, including representations regarding telecommunications equipment and child labor laws. Notably, it outlines requirements for bidders, such as the need for detailed technical descriptions, warranty terms, and past performance references. The evaluation criteria focus on price, availability, and capability, leading to firm-fixed-price contract awards based on best value to the government. This solicitation demonstrates the federal commitment to promote women-owned businesses in government procurement while ensuring compliance with strict regulations and standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Buyer not available
    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.
    Various Ship Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    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.
    20 - HUB,PROPELLER, SHIP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure three units of a specific hub, propeller, and ship component under the presolicitation notice for contract action. The procurement involves a part identified by NSN 7H 2010 012480378 M2, with delivery terms set as FOB Origin, and it has been determined that the government does not own the necessary data or rights to purchase this part from additional sources. This component is critical for ship and boat propulsion systems, and interested parties are encouraged to submit their capabilities or proposals within 45 days of the notice publication, with all inquiries directed to Alison Harper at alison.e.harper.civ@us.navy.mil or by phone at 771-229-0456.
    Southeast Fisheries Observer Programs
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.
    USS SAN JANCINTO Port Boat Davit Replacement
    Buyer not available
    The Department of Defense, through the Naval Sea System Command's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking to procure a Port Davit Replacement for the USS San Jacinto. This procurement aims to support a Chief of Naval Operations (CNO) availability by replacing the PORT Boat Davit, with parts delivered directly to MARMC and technical assistance provided by Vestdat, Inc. The successful execution of this project is crucial for maintaining the operational readiness of the USS San Jacinto. Interested parties can reach out to Summer Wood at summer.l.wood.civ@us.navy.mil for further details regarding this opportunity.
    USS JAMES E. WILLIAMS BUTTERFLY VALVES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure butterfly valves for the USS James E. Williams through a sole source contract awarded to ESI Acquisition / JA Moddy. This firm-fixed-price (FFP) contract is categorized under marine hardware and hull items, indicating its critical role in maintaining the operational capabilities of naval vessels. Interested parties can reach out to the primary contact, Karina Tejada, at karina.tejada.civ@us.navy.mil or by phone at 757-400-0566, or to the secondary contact, Erin Behrns, at erin.behrns@navy.mil or 757-400-0266 for further inquiries regarding this procurement opportunity.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    PARTS KIT PROPELLER SHIP
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Propeller, essential for the 210 WMEC A Class propulsion systems. The procurement requires the delivery of two units of the Propulsion Systems Inc. propeller hub change-out kit, which must meet stringent packaging and marking requirements to prevent damage during transit and ensure compliance with military standards. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their proposals by December 12, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, ensuring they are registered with SAM and comply with all specified requirements.
    PWB LIN SVO V AMPL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of PWB LIN SVO V AMPL, a component critical for marine applications. The contract requires the manufacture and delivery of this item, adhering to strict quality and inspection standards, with a desired delivery timeline of 260 days from the contract award. This procurement is vital for maintaining operational readiness within the Navy's fleet, emphasizing the importance of quality assurance and compliance with military specifications. Interested vendors should submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.