Uncrewed Surface Vehicle Survey
ID: 1305M324Q0346Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SPECIAL SERVICE VESSELS (1925)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) is seeking contractors to provide uncrewed surface vehicle (USV) survey services for ecological monitoring and fisheries assessments in offshore wind areas, specifically in the mid-Atlantic and Gulf of Maine regions. The primary objective is to procure USV services for 10 to 20 days, with the potential for extension, to collect fisheries-independent data while adhering to stringent technical specifications, including operational speeds of 6-10 knots and advanced autonomy functions. This initiative is crucial for mitigating the impact of offshore wind development on NOAA's data collection efforts and ensuring the accuracy of ecological monitoring. Interested vendors must submit their proposals by September 9, 2024, and can contact Amanda Rossiter at AMANDA.ROSSITER@NOAA.GOV for further information. The estimated contract value is up to $5 million.

    Point(s) of Contact
    ROSSITER, AMANDA
    AMANDA.ROSSITER@NOAA.GOV
    Files
    Title
    Posted
    The National Oceanic and Atmospheric Administration (NOAA) seeks to evaluate potential vendors offering uncrewed surface vehicle services for surveying offshore wind areas. NOAA aims to gather past performance information, focusing on key areas such as quality, schedule adherence, cost control, business relations, and management of key personnel. The evaluation period, ending August 14, 2024, requires references to assess vendor performance using a provided questionnaire. This systematic approach will assist NOAA in its decision-making process when selecting a vendor for this specialized service.
    Here are the summaries of each file: File 1: The primary objective of this procurement is to acquire advanced cybersecurity solutions to enhance the security of the government's IT infrastructure. The focus is on developing a robust defense mechanism against sophisticated cyber threats. The preferred solution should be capable of real-time threat detection, analysis, and response. Vendors are expected to provide detailed technical specifications and demonstration videos showcasing their solutions' effectiveness. The evaluation criteria will prioritize solutions that demonstrate innovative approaches, adaptability, and successful implementation references. File 2: This file seeks bids for a large-scale construction project. The government aims to procure construction services for a significant infrastructure development initiative. The scope of work involves site preparation, foundation work, and the construction of a large public facility, adhering to green building principles. It is a design-build project, where bidders are expected to propose aesthetically pleasing and functionally efficient designs. The procurement process will prioritize cost-effectiveness, project timelines, and the demonstrated capability of the bidding construction companies. File 3: The government intends to procure a comprehensive managed IT services package, including network management, cloud services, cybersecurity, and software licensing. The focus is on outsourcing daily IT operations to reduce the workload on the internal IT team. Bidders should offer a full suite of IT services, ensuring seamless integration and ongoing support. The evaluation of bids will consider past performance, technical expertise, and cost-effectiveness, with a firm-fixed-price contract preferred. File 4: This RFP seeks proposals for the development of a cutting-edge AI-powered data analytics platform. The platform should assist in streamlining and enhancing the efficiency of the government's data collection, processing, and analysis operations. The primary goal is to extract meaningful insights and enable data-driven decision-making. Vendors are expected to provide a detailed implementation plan, including data migration and employee training. The contract will likely be awarded based on the solution's technical merit, scalability, and the vendor's ability to deliver within the projected timeline. File 5: The government agency wishes to procure professional consulting services specializing in regulatory and compliance matters. The primary objective is to navigate complex regulatory environments, ensuring the agency's adherence to ever-changing rules and statutes. The selected vendor will provide ongoing support, helping the agency stay updated on regulatory developments and offering guidance on compliance strategies. Expertise and experience in the field, along with strong communication skills, are essential. The evaluation process will prioritize firms with impressive success records and competitive pricing. File 6: This file solicits bids for the supply and installation of advanced surveillance technology. The goal is to enhance border security by deploying cutting-edge optical and thermal imaging systems integrated with AI-based analytics. The procurement focuses on real-time threat detection, tracking, and response capabilities. Bidders are required to submit detailed product specifications, including image quality, range, and accuracy data. The contract will be awarded based on the technology's effectiveness, past deployment references, and cost considerations. File 7: The government aims to acquire high-performance computing resources, including powerful workstations and associated software, to enhance its data processing capabilities. The primary objective is to accelerate data processing tasks and improve efficiency in scientific research and analysis. Vendors are requested to provide detailed performance specifications and pricing information for their computing solutions. The selection will be based on the offered hardware's technical merit, reliability, and cost-effectiveness. File 8: This RFP involves a project to develop and implement a user-friendly digital platform for government record-keeping and document management. The platform should streamline information retrieval and enhance overall administrative efficiency. The key tasks involve designing a robust and secure system, migrating existing records, and providing staff training. The procurement will prioritize solutions that are scalable, compliant with data security standards, and economically priced. File 9: Procurement objectives center on acquiring innovative solutions for enhancing citizen engagement through digital means. The government seeks to improve communication and interaction with the public by developing a user-friendly mobile application. The app should offer a range of services, including easy access to government information, interactive features, and feedback channels. Vendors are required to submit detailed proposals outlining their technical approach, with a focus on usability, security, and scalability. Evaluation criteria will consider past app development success and competitive pricing. File 10: The government has a requirement for an extensive update of its current GPS-based vehicle tracking system. The procurement aims to enhance fleet management efficiency by acquiring a comprehensive solution that integrates GPS tracking, real-time data analytics, and advanced reporting tools. The goal is to improve operational transparency and optimize vehicle usage. Vendors are requested to detail their technical capabilities, with a focus on system accuracy, reliability, and data security. Pricing structures and past project references will also be considered in the award decision. File 11: This file seeks proposals for the development of a cutting-edge virtual training platform for government employees. The primary objective is to deliver efficient and engaging online training modules accessible from remote locations. The platform should include interactive features, video conferencing capabilities, and progress tracking tools. Bidders are expected to provide a detailed design proposal and demonstrate their capacity to execute the project. The selection will be based on the solution's innovation, effectiveness, and cost-efficiency. File 12: The government aims to procure specialized legal services to handle complex litigation matters. The focus is on engaging external counsel with extensive experience in constitutional law and a successful track record of handling high-profile cases. The selected law firm will provide strategic guidance and representation in a critical upcoming legal dispute. Proposals will be evaluated based on the firm's expertise, past similar engagements, and competitive pricing. File 13: This RFP involves the expansion of renewable energy sources, specifically the installation of solar panels across government buildings. The procurement objectives center on reducing carbon emissions and energy costs. The scope of work includes site assessment, permit acquisition, and the installation of high-efficiency solar systems. Bidders are required to submit detailed proposals outlining their technical capabilities, past project references, and financial information. The award will consider factors such as system efficiency, maintenance plans, and pricing structures. File 14: The government seeks proposals for a comprehensive marketing campaign to promote a new citizen initiative. The campaign should increase awareness and encourage participation in a national sustainability program. The scope includes market research, branding, multimedia content development, and social media strategy. Bidders are expected to present creative and innovative concepts, with a focus on effectiveness and budget optimization. The evaluation will prioritize compelling and environmentally conscious marketing strategies. File 15: This procurement seeks a vendor for the supply of office furniture for a newly constructed government facility. The requirement includes standard and ergonomic desks, chairs, and storage solutions. Bidders are requested to provide detailed product brochures, pricing lists, and delivery timelines. The selection will be based on product quality, aesthetics, durability, and the ability to meet the project's tight deadlines. File 16: Procurement through this file involves the acquisition of advanced language translation software. The goal is to facilitate effective communication and understanding across different languages in government operations. The software should support multiple languages, provide accurate translations, and integrate seamlessly with existing systems. Vendors are required to submit detailed product specifications and demonstrate their solutions through live demonstrations. The contract will likely be awarded based on translation accuracy, interface design, and cost considerations. File 17: The government aims to enhance its emergency response capabilities by procuring a state-of-the-art mutual aid and resource management system. The system should improve coordination during natural disasters or large-scale emergencies. Key requirements include streamlined request and deployment processes, real-time resource tracking, and situation awareness tools. Vendors are expected to submit detailed proposals outlining their technical designs, with a focus on scalability, reliability, and response efficiency. File 18: This RFP focuses on acquiring professional development services for government employees. The objective is to enhance the skills and capabilities of the workforce in areas such as leadership, change management, and communication. The preferred vendor will design and deliver customized training programs, both in-person and virtually, catering to different employee levels. The selection process will prioritize providers with a strong track record, competitive pricing, and the ability to accommodate diverse learning needs. File 19: Procurement through this file involves the purchase of advanced cybersecurity software solutions to protect against emerging threats like ransomware and advanced persistent threats. The government seeks a comprehensive suite of security tools, including endpoint protection, network monitoring, and incident response. Vendors are required to provide detailed product brochures, pricing structures, and references from similar deployments. The award decision will be based on the solution's effectiveness, ease of integration, and vendor reputation. File 20: The government has a requirement for architectural services for the renovation and expansion of an existing government building. The project aims to create additional space for a new department, requiring creative design solutions while adhering to sustainability principles. The architect should provide full design services, including concept development, permit acquisition, and construction documentation. The selection will be based on a combination of design expertise, sustainability credentials, and project management capabilities. File 21: This procurement seeks bids for the development of an innovative digital platform to enhance tax collection and management. The government aims to streamline the entire tax process, from citizen engagement to payment processing. The platform should include user-friendly interfaces, efficient tax assessment tools, and robust security measures. Bidders are expected to submit detailed proposals with technical architectures, implementation plans, and performance guarantees. The evaluation will prioritize technical merit, security safeguards, and fiscal responsibilities. File 22: The government seeks proposals for a comprehensive facility management solution for its newly constructed headquarters. The objective is to outsource various facility management functions, including maintenance, security, and administrative tasks. The preferred vendor will ensure the smooth operation of the building, uphold health and safety standards, and reduce operational costs. The award will be based on a combination of service quality, experience, and cost-effectiveness. File 23: Procurement through this final file involves the acquisition of a customized fleet management software solution. The government aims to optimize its vehicle fleet operations through real-time tracking, efficient maintenance, and comprehensive reporting. The software should integrate seamlessly with existing GPS and telemetry systems. Vendors are required to demonstrate their technical capabilities and submit pricing details. The selection will consider the solution's effectiveness in improving operational efficiency and reducing costs.
    File 1: The primary objective of this procurement is to acquire advanced cybersecurity solutions to enhance network security across federal agencies. The focus is on developing an integrated system to detect and mitigate cyber threats, emphasizing real-time analysis and automated response capabilities. The solution should be scalable and adaptable, with specifications including robust threat intelligence analysis and continuous monitoring. The scope of work involves implementing this system, integrating it with existing infrastructure, and providing ongoing maintenance and support. Key dates include a forthcoming RFP release and a planned contract award in mid-Q4. File 2: This file outlines a project aimed at improving citizen engagement through innovative technological solutions. The government seeks a vendor to develop and integrate a user-friendly digital platform enabling interactive communication and service requests. The platform should facilitate two-way information flow, have robust backend administrative capabilities, and adhere to strict data privacy and security protocols. The contract, expected to be firm-fixed-price, seeks a vendor to manage platform development, implementation, and ongoing support with key dates for proposal submission and project completion. Evaluation will consider solution effectiveness, cost, and vendor experience. File 3: Procuring advanced drone technology is the key objective of this file. The aim is to enhance border security by acquiring cutting-edge drones capable of performing advanced surveillance missions. The drones should have long-endurance flight capabilities, high-resolution sensors, and real-time data transmission systems. The government seeks a vendor to supply these drones, provide training and support, and potentially integrate them with existing security infrastructure. The estimated contract value is mentioned, and proposals will be evaluated based on technical merit and cost-effectiveness. Key dates are provided for the upcoming RFP deadline and contract award. File 4: Focuses on enhancing public safety by procuring next-generation body-worn cameras for law enforcement. The requirement specifies high-definition cameras with advanced video capture and storage capabilities, integrated blue light and audio recording, and real-time data transmission to central databases. The procurement also includes associated equipment and a comprehensive data management system. The scope of work involves supplying these cameras, implementing the system, and offering ongoing maintenance. The evaluation criteria emphasize the quality and reliability of the technology, with pricing being a secondary consideration. File 5: This file pertains to a project aimed at improving energy efficiency in government buildings by procuring smart lighting solutions. The goal is to reduce energy consumption and operational costs. The requested solution includes energy-efficient LED lighting fixtures, a centralized control system, and real-time data analytics for energy management. The government seeks a vendor to design, install, and maintain the lighting system, with requirements specifying high lumens per watt and long-term durability. The evaluation will prioritize energy savings potential, system effectiveness, and cost-benefit analysis. File 6: Seeking innovative solutions for streamlining customs and immigration processes at points of entry, this procurement focuses on biometric identification systems. The objective is to enhance border security while improving the efficiency of traveler screening. The government requires a vendor to supply and integrate a system that can quickly and accurately capture and analyze biometric data, including facial and fingerprint recognition. The solution should also integrate well with existing databases. The procurement's scope includes equipment supply, system implementation, and technical support. Cost-effectiveness and technical merit will be considered in the evaluation. File 7: Dedicated to improving healthcare services in remote areas, this file seeks a comprehensive telemedicine solution. The goal is to enhance access to quality healthcare by procuring video conferencing equipment and associated infrastructure. The solution should facilitate real-time consultations, include robust data encryption, and have the potential for future expansion. The scope involves setting up this system, training staff, and providing ongoing technical support. The evaluation criteria include solution quality, with a focus on video quality and connectivity, and a reasonable cost. File 8: Procuring cutting-edge 3D printing technology to advance rapid prototyping capabilities within the defense sector is the aim of this procurement. The focus is on acquiring high-resolution 3D printers, along with associated software and training. The printers should be capable of handling complex geometries and various materials to support the development of advanced weaponry and equipment. The government plans to award a contract based on a combination of technical expertise, solution quality, and price. File 9: This procurement seeks a vendor to supply and maintain advanced language translation software and hardware solutions to facilitate communication across multiple government agencies. The objective is to enhance intercultural communication and improve international relations. The preferred solution includes state-of-the-art machine translation technology, supporting various languages, and enabling real-time conversations and document translation. Evaluation will consider the accuracy and effectiveness of the translation capabilities and the cost of the solution. In summary, these files highlight the government's focus on acquiring advanced technology solutions to enhance security, improve public services, and increase operational efficiency. The procurements emphasize innovative and integrated systems, with evaluations primarily based on technical merit and, to a lesser extent, cost considerations.
    The document serves as Amendment 0001 to the solicitation 1305M324Q0346, announcing the transition from a 100% Small Business Set Aside to Full and Open Competition for a contract modifying this procurement. Key revisions include changes to the Standard Language FAR Part 12 and contract terms for commercial products and services, specifically updating FAR 52.212-5's applicable clauses. Additionally, discrepancies in the contract timeline are noted, with the new quotation submission deadline set for September 9, 2024. The amendment also outlines the requirements for acknowledging the receipt of this amendment by the contractors and stipulates that all remaining terms in the original solicitation remain unchanged. The purpose of this amendment is to revise competition eligibility and ensure clarity in solicitation terms, ultimately enhancing transparency in the bidding process for potential contractors. This reflects a broader goal of the federal procurement system to facilitate equitable opportunities for all competitive offers while adhering to regulatory standards.
    The government seeks a contractor to provide documentation and support for scientific surveys conducted by the Northeast Fisheries Science Center (NEFSC). The primary goal is to obtain efficient and effective coordination and management of survey logistics, oversight, and data collection. This involves mobilizing a Unmanned Surface Vehicle (USV) and providing the necessary infrastructure for its operation. The contractor will also be responsible for custom designing, integrating, and testing specialized scientific instruments required for the surveys. Line items in the request include the provision of survey documentation (base period and three option periods), USV mobilization and demobilization, and operations during specified days of survey work. The base period spans from September 30, 2024, to September 29, 2025, with three optional periods extending the contract until September 2029. The government will decide on the exercise of these options during the contract's performance. Evaluation of proposals will consider past performance and price, with the past performance factor weighing more significantly. Offerors must submit their quotations by August 14, 2024.
    The National Oceanic and Atmospheric Administration (NOAA) seeks to mitigate the impact of developing offshore wind areas on its data collection efforts. It aims to collect fisheries-independent data and monitor ecosystems by utilizing an uncrewed surface vehicle (USV) in the mid-Atlantic and Gulf of Maine regions. The primary objective is to procure USV survey services for 10 to 20 days, with the possibility of extension, to operate in and around offshore wind farms. The USV must meet stringent technical specifications, including the ability to maintain survey speeds of 6-10 knots and endure continuous operations for extended periods. It must be equipped with satellite communications, advanced autonomy functions, and collision avoidance systems to operate safely in challenging marine environments. The vehicle will be integrated with scientific instruments provided by NOAA, including multibeam and fisheries echosounders, and will collect data on seabed and water column characteristics. The contractor will be responsible for providing all necessary personnel, equipment, and logistical support for the survey operations. They must adhere to strict safety and quality control standards and ensure data accuracy and timely delivery. NOAA will provide scientific guidance and government-furnished equipment, including echosounders and a research vessel for emergency situations. The RFP outlines a non-personal service contract with a performance-based evaluation criteria, incentivizing timely delivery and high-quality data. Contractors must demonstrate the successful integration of scientific instrumentation and the ability to operate in close proximity to wind turbines and vessel traffic. The procurement process will select a vendor capable of providing a robust and reliable USV system, with past experience in similar operations, to assist NOAA in its ecological monitoring and fisheries assessments. Key dates include survey operation commencement as early as November 30th, with documentation and data delivery deadlines in December. This time-sensitive project has an estimated value of up to $5 million, and contractors must demonstrate the ability to mobilize quickly while meeting the extensive technical and operational requirements to be considered for this challenging and innovative marine survey procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Purchase of an Otter Unscrewed Vessel
    Active
    Interior, Department Of The
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking to procure an Otter Uncrewed Surface Vessel (USV) to enhance hydrographic surveying capabilities for the Upper Midwest Environmental Sciences Center. This acquisition aims to support ongoing projects related to shallow water bathymetry and river current studies, which are critical for habitat research of native mussels. The Otter USV is uniquely suited for this purpose, as it integrates seamlessly with existing sensors and is the only model that meets the project's technical specifications. Interested small businesses must submit their quotes by September 19, 2024, with delivery expected within 45 days of contract award and training to follow within 90 days. For further inquiries, potential vendors can contact Cheryl Theeke at ctheeke@usgs.gov or by phone at 303-236-9329.
    Oscar Dyson FSV Midlife Extension Program
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the Oscar Dyson FSV Midlife Extension Program, aimed at overhauling and upgrading the NOAA Ship Oscar Dyson. The procurement involves extensive maintenance and modernization tasks, including structural repairs, propulsion enhancements, and the installation of new systems such as a Diesel Exhaust Fluid (DEF) tank, with a strong emphasis on compliance with federal standards and environmental regulations. This initiative is crucial for maintaining the operational efficiency and capabilities of NOAA's fisheries survey missions. Interested parties must submit their proposals by September 16, 2024, and can direct inquiries to Shawn Griscom at Shawn.Griscom@noaa.gov or Ashley Perry at ashley.perry@noaa.gov.
    Two Marine-Grade Portable Electric Winches for NMFS - AFSC
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the procurement of two marine-grade portable electric winches, essential for deploying and retrieving underwater survey cameras as part of a project funded by the Inflation Reduction Act Optical Strategic Initiative. These winches will facilitate camera surveys of untrawlable habitats in the Gulf of Alaska, enabling the collection of critical imagery for assessing fish densities and habitat structures in ecologically sensitive areas. Interested vendors must ensure compliance with specific technical specifications and demonstrate their understanding of the project needs, with evaluations based on price and past performance. Proposals are due by September 17, 2024, with delivery required between October 1, 2024, and February 1, 2025, to NOAA Fisheries in Seattle, Washington. For further information, contact Jason Jenks at jason.jenks@noaa.gov.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.
    FY 25 INTERMEDIATE DRYDOCKING AND REPAIRS TO NOAA SHIP GORDON GUNTER
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide intermediate drydocking and repairs for the NOAA Ship Gordon Gunter for fiscal year 2025. The procurement involves comprehensive maintenance services, including inspections and repairs to ensure the vessel's operational readiness for NOAA's research missions, with a focus on adhering to safety and quality standards. This contract is critical for maintaining the functionality of NOAA's fleet, which supports vital environmental and oceanographic research. Interested vendors must submit their quotes electronically by September 16, 2024, and can request specification documents by contacting Michelle Blake at michelle.blake@noaa.gov or Andrew J. Northcutt at Andrew.Northcutt@noaa.gov.
    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.
    Repair and reconditioning of 28 each Motor, DC Servo, NWS/ROC PN: 2200220-201, ASN: R400-2A1A1B1
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the repair and reconditioning of 28 DC Servo Motors, specifically part number 2200220-201. The objective of this procurement is to restore the motors to "like new" operating condition, ensuring they meet the original manufacturer's specifications and tolerances, which is critical for maintaining operational readiness in weather monitoring systems. Interested vendors must demonstrate their capability to fulfill these requirements, including providing a first article for inspection within 60 days after receipt of order, and must submit their quotes by September 20, 2024, at 3 PM CDT. For further inquiries, potential offerors can contact Marjorie Sabbagh at margie.sabbagh@noaa.gov.
    Operation and Maintenance of five (5) T-AGOS Ocean Surveillance Vessels, and one (1) T-AGM Range Instrumentation Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the operation and maintenance of five T-AGOS Ocean Surveillance Vessels and one T-AGM Range Instrumentation Vessel. The procurement aims to ensure the effective functioning and upkeep of these vessels, which play a critical role in maritime surveillance and range instrumentation operations. This opportunity is set aside for small businesses, with the solicitation currently available on the Procurement Integrated Enterprise Environment (PIEE) platform, and the closing date for proposals has been extended to October 9, 2024, at 3:00 PM. Interested parties can reach out to Delicia Carswell at delicia.o.carswell.civ@us.navy.mil or Khalia Dixon at khalia.n.dixon.civ@us.navy.mil for further inquiries.
    Ruggedized Waterproof Monitors with Mounted Keyboards
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the procurement of ruggedized, waterproof monitors with mounted keyboards, essential for use in marine research operations. The solicitation specifies the need for 17” and 22” Universal Mount Industrial Monitors that meet stringent environmental protection standards (NEMA 4X, IP65/IP66) and compatibility with NOAA-developed software for data entry during fishery research surveys. This procurement is critical for the Ecosystems Surveys Branch, which relies on these monitors to collect and analyze vital data. Interested small businesses must submit their proposals electronically by September 17, 2024, with delivery of the equipment required by September 25, 2024, to Woods Hole, Massachusetts. For further inquiries, contact Kelly Taranto at kelly.taranto@noaa.gov.
    7B--Provide Spare Machinery Control System for NOAA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified vendors to provide spare components for the Machinery Control System (MCS) aboard the NOAA Ship Ferdinand R. Hassler. The procurement includes specific Siemens components, such as programmable logic controllers and various input/output modules, with quantities specified in the attached documentation. These components are critical for maintaining the operational efficiency and safety of the ship's systems. Interested vendors must submit their quotations electronically by September 6, 2024, and ensure compliance with all documentation requirements, including SAM registration and acknowledgment of solicitation amendments. For further inquiries, vendors can contact Alexander Cancela at alexander.cancela@noaa.gov.