REPLACE RADIOFAX WITH WEFAX
Type: Special Notice
Overview

Buyer

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole source contract with Dorchester Strategy for the installation and maintenance of a WEFAX system at its facilities in College Park, Maryland, and Boulder, Colorado. This procurement aims to replace the existing Radiofax system, which is no longer supported due to the previous vendor going out of business, and is critical for NOAA's operations in providing weather maps to mariners via the U.S. Coast Guard. The contract will cover hardware installation, software licensing, and maintenance support for a total of 18 months, with a 6-month installation period followed by 12 months of maintenance. Interested firms that believe they can meet the requirements may submit documentation to Kerri Coffey at kerri.coffey@noaa.gov within 15 days of this notice, as no solicitation package is available.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    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.
    Evaluation, repair and upgrade of 4 each LIMITER, TR, BEVERLY MICROWAVE PN: BS-2000-320-0000, ASN: R400-2A5A1.
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to evaluate, repair, and upgrade four LIMITER, TR, BEVERLY MICROWAVE units, part number BS-2000-320-0000, from the original equipment manufacturer, Communications & Power Industries LLC, located in Beverly, Massachusetts. This procurement is justified as a sole source due to the unique capabilities of the manufacturer, which is the only authorized source for repairs of these specific devices. The TR Limiter is a commercially available item critical for NOAA's operations, and the government does not possess the data rights necessary for alternative repairs. Interested parties can reach out to Adrian Hall at adrian.hall@noaa.gov or by phone at 816-926-3357 for further information.
    Commercialization and interagency coordination support services
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking support services for commercialization and interagency coordination under Requisition 145049-24-0023. The primary objective of this procurement is to provide comprehensive assessments and support related to NOAA's intellectual property portfolio, which encompasses approximately 60 active technologies, including technology viability assessments and commercialization roadmaps. This initiative is crucial for enhancing the application of NOAA technologies in collaboration with Department of Defense programs, guided by the DoD T2 national MILTECH Partnership Intermediary Agreement. The contract is set to close on September 19, 2024, with the intended award going to Montana State University's Office of Sponsored Programs, and interested parties may express their capabilities, although competition is not anticipated. For further inquiries, contact Darrin Moore at darrin.moore@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.
    Evaluation to repair and recondition services for 31 EACH RF DIGITAL ATTENUATOR, UNISYS PN: 1213640 (CAGE: 56232), KDI/TRIANGLE ELECTRONICS PN: DA-B48 (CAGE: 64537), ASN: R400-2A9AT4.
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking evaluation, repair, and reconditioning services for 31 RF Digital Attenuators, specifically Unisys PN: 1213640 and KDI/Triangle Electronics PN: DA-B48. The objective is to restore the equipment to like-new operating condition and ensure compliance with the original manufacturer's specifications and tolerances, with the possibility of returning any equipment that does not meet these standards to the vendor for rework at no additional cost to the government. This procurement is critical for maintaining the operational integrity of NOAA's equipment used in weather services. Interested firms must respond within five calendar days with their capabilities and relevant experience, and all submissions should be directed to Adrian Hall at NOAA via email or mail. The NAICS code for this requirement is 811210, and all contractors must be registered in the System for Award Management (SAM) to be eligible for the contract.
    RFI: Weather Radar Technologies and Concepts of Operations for the National Weather Service
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is conducting market research to gather information on advanced weather radar technologies and operational concepts to enhance the capabilities of the National Weather Service (NWS). The primary objective is to identify innovative solutions that can improve the performance and reliability of the NWS Doppler radar system, particularly in detecting severe weather events and addressing aging infrastructure. This initiative is crucial for enhancing weather monitoring and forecasting capabilities, ultimately contributing to public safety and effective disaster response. Interested vendors are encouraged to submit their responses by September 20, 2024, and can direct inquiries to Daniel Hoffman at daniel.t.hoffman@noaa.gov or Kevin J Buum at kevin.j.buum@noaa.gov.
    SOP Guide for Technology Transfer Operations
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking support services to develop a Standard Operating Procedure (SOP) Guide for Technology Transfer Operations. The objective is to create a comprehensive SOP document that integrates technology transfer processes into the proprietary Sophia software, which is exclusively provided by Wellspring Worldwide. This procurement is critical for ensuring efficient technology transfer operations within NOAA, and it is intended to be a sole source award, with no small business set-aside. Interested parties may express their interest or capability to respond by contacting Darrin Moore at darrin.moore@noaa.gov, with the contract award anticipated on September 27, 2024.
    20--Notice of Intent to Sole Source - Sofar Ocean
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a sole source five-year contract to Sofar Ocean Technologies for access to the proprietary Spotter Platform, which provides critical marine sensing data. This subscription service includes real-time and historical data from Spotter buoys, which have been utilized by the USGS since 2021, following significant investments in compatible equipment. The estimated annual cost for this service is $35,000, totaling $175,000 over the contract period, with responses to this notice due by September 19, 2023, at 12:00 PM Mountain Time. Interested parties may contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375 for further information.
    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.