Hydrophones
ID: 143021-25-0080Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONUS

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

UNDERWATER SOUND EQUIPMENT (5845)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) intends to award a single source contract for the procurement of 24 HTI-92-WB hydrophones from High Tech Inc., as part of its initiative to enhance the collection of passive acoustic data on offshore cryptic marine mammals. These hydrophones are critical for monitoring marine animal vocalizations and assessing ocean noise, featuring specific requirements such as a sensitivity of -155 dB/1v/uPa and an adjustable sample rate up to 192 kHz, ensuring compatibility with existing acoustic recording devices. The acquisition supports NOAA's Passive Acoustic Strategic Initiative, which is vital for improving understanding of marine species distribution and informing stock assessments. Interested parties must submit capability statements by email to Diamond Turner at diamond.turner@noaa.gov by 10:00 a.m. ET on February 11, 2025, as no competitive proposals will be solicited.

    Point(s) of Contact
    TURNER, DIAMOND A.
    DIAMOND.TURNER@NOAA.GOV
    Files
    Title
    Posted
    The document outlines a Limited Sources Justification for the procurement of twenty-four HTI-92-WB hydrophones from High Tech Inc. by the National Marine Fisheries Service under the Multiple Award Schedule Program. These hydrophones are essential for collecting passive acoustic data on offshore cryptic marine mammals, ensuring compatibility with existing acoustic recording devices. The anticipated delivery is set for April/May 2025. The justification for limiting the procurement to High Tech Inc. is based on the unique capabilities of their hydrophones, which have the required sensitivity to accurately record the targeted species. This exclusivity fosters consistency in data collection across different scientific institutions that have utilized these hydrophones since 2016. Market research indicates that sensitivity levels are critical for effective detection, and High Tech Inc. is the only supplier that meets these highly specialized requirements. The document effectively emphasizes the necessity of these particular hydrophones for sustainable marine mammal research and inter-center collaboration.
    The NOAA National Marine Fisheries Service (NMFS) intends to procure 24 HTI-92-WB hydrophones for underwater acoustic recording as part of its initiative to enhance population estimates of cryptic marine species. These hydrophones will connect to SoundTrap ST620 recorders, enabling accurate data collection to monitor marine animal vocalizations and assess ocean noise. The devices must possess specific features, including a sensitivity of -155 dB/1v/uPa, an adjustable sample rate up to 192 kHz, and low self-noise. Delivery is required within 90 days of the contract award, which includes a base year with four option years, totaling up to five years of performance. The acquisition supports the Passive Acoustic Strategic Initiative aimed at improving understanding of marine species distribution and the acoustic environment, critical for informed stock assessments.
    Lifecycle
    Title
    Type
    Hydrophones
    Currently viewing
    Special Notice
    Similar Opportunities
    SOLE SOURCE – PROCUREMENT OF HYDROPHONE/TRANSDUCER CONNECTORS HYDROPHONE/THERMISTOR CONNECTORS
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure hydrophone and transducer connectors under a sole source contract with Teledyne Instruments, Inc. This procurement involves critical components necessary for the manufacture and repair of the SP24 Navigation TR-333 Hydrophones and associated cables, which are essential for the Trident Submarine Fleet. The contract is a non-commercial, five-year firm fixed price indefinite delivery indefinite quantity (IDIQ) agreement, with a presolicitation notice issued on January 31, 2025, and a closing date for submissions set for February 19, 2025, at 4:00 PM Eastern Time. Interested parties may submit capability statements to the primary contact, Tim Kinder, at timothy.w.kinder.civ@us.navy.mil or by phone at 812-381-7165, to be considered for this opportunity.
    Notice of Intent - WSD Acoustic Fish Tags
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking responses from interested suppliers regarding the procurement of acoustic transmitter tags. This opportunity involves a potential contract modification for a second-year option with HTI-VEMCO USA Inc., focusing on the supply of various acoustic tagging equipment and technical support for data processing and tagging. The goods are critical for monitoring aquatic environments and ensuring effective data collection for environmental studies. Interested parties must submit their capabilities and relevant information to James Neal at james.neal@usace.army.mil by 12:00 PM (PDT) on February 7, 2025, as this notice is not a request for quotes and no solicitation document will be provided.
    GML Ozonesondes
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with JH Acquisition, LLC for the procurement of 2Z-V7 Ozonesondes to be delivered to Boulder, Colorado. This procurement is necessitated by NOAA's specific requirement for these ozonesondes, as JH Acquisition, LLC is the only vendor capable of manufacturing and distributing them, given the incompatibility of alternative products with NOAA's existing ground station systems. The timely delivery of these instruments is critical for NOAA's atmospheric monitoring efforts, with a delivery timeline of eight weeks from the date of award. Interested parties who believe they can meet the government's requirements are encouraged to submit documentation to Isabel Vigil at isabel.vigil@noaa.gov within 15 days of this notice, although no solicitation package will be available.
    CORE SHUTTLE BOX SYSTEM
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract for the procurement of a Core Shuttle Box System from Loligo Systems APS, located in Denmark. This specialized equipment is essential for conducting research on black sea bass, integrating advanced features such as real-time data acquisition, sensor calibration, and water quality regulation, which are critical for NOAA's stock assessment efforts. The Core Shuttle Box System is unique in its capabilities, as it is the only fully integrated hardware-software system available that meets NOAA's specific research requirements. Interested parties may submit documentation to the primary contact, Jamie Rosales, at jamie.rosales@noaa.gov within 15 days of this notice, although no solicitation package is available, and delivery is expected within 90 days from the award date.
    Sole Source - Linear Piezoelectric Transducer Array
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
    Notice of Intent to Aware Sole Source to Wildlife Computers, Inc.
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Wildlife Computers, Inc. for the procurement of GPS Satellite Turtle Tracking Tags. The requirement includes two specific models: the SPLASH10-F-385D and SPLASH10-F-351A, with a total quantity of 10 units needed for tracking marine wildlife. These tracking tags are crucial for research and conservation efforts, enabling the monitoring of turtle movements and behaviors. Interested vendors may submit capability statements or inquiries to Contract Specialist Stephen O'Neill via email by February 19, 2025, at 12:00 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Southeast Right Whale Early Warning System
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the Southeast Right Whale Early Warning System (EWS) to monitor and protect the critically endangered North Atlantic right whale population. The primary objectives include conducting aerial surveys from December 1 to March 31 annually, utilizing photographic identification techniques, reporting sightings, and responding to threats or injuries to the whales, thereby enhancing conservation efforts in their critical habitat. This initiative is vital for the management of marine mammal populations under the Marine Mammal Protection Act and the Endangered Species Act, ensuring compliance with federal regulations aimed at species recovery. Interested parties must submit a capabilities statement by 3:00 PM Eastern Time on February 7, 2025, to the primary contact, Grace Parker, at grace.parker@noaa.gov, and the secondary contact, Kristina Kolata, at kristina.kolata@noaa.gov.
    58--TOWED BODY,SONAR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of towed body sonar systems. This solicitation aims to acquire underwater sound equipment, classified under the NAICS code 334290, which is critical for various naval operations and missions. The successful contractor will be responsible for delivering high-quality sonar systems that enhance the Navy's capabilities in underwater surveillance and reconnaissance. Interested vendors can reach out to Amber Wale at 717-605-2541 or via email at AMBER.WALE@NAVY.MIL for further details regarding the solicitation process.
    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.
    Phased Array Radar (PAR) Test Article
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the development and maintenance of a Phased Array Radar (PAR) Test Article under solicitation number 1305M325R0002. The procurement aims to enhance weather observation capabilities through the design, installation, integration, and ongoing support of a radar system, with a performance period from September 11, 2025, to September 10, 2028, and options for maintenance extending through 2033. This initiative is critical for advancing NOAA's meteorological technologies, ensuring compliance with federal regulations, and fostering a safe and inclusive work environment. Interested contractors should note that the total funding is capped at $88.5 million, with proposals due by February 24, 2025, and should direct inquiries to Julia L. Hamilton at julia.l.hamilton@noaa.gov or Bianca Bueno at bianca.bueno@noaa.gov.