Glider Lithium Batteries
ID: 143051-25-0024Type: 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

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 9, 2025, 3:00 PM UTC
Description

The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Hefring Inc. for the procurement of 15 Glider Lithium Batteries, specifically designed for their Oceanscout autonomous gliders. This procurement is part of ongoing research initiatives under the Inflation Reduction Act, focusing on utilizing autonomous systems for ecosystem monitoring and data collection. The contract will cover the delivery of the batteries in the base year, with potential options for additional batteries in subsequent years, totaling up to $100,000, with an initial budget of approximately $67,750. Interested parties must submit capability statements via email to Diamond Turner at diamond.turner@noaa.gov by 10:00 a.m. ET on January 9, 2025, to be considered for this opportunity.

Point(s) of Contact
TURNER, DIAMOND A.
DIAMOND.TURNER@NOAA.GOV
Files
Title
Posted
Jan 2, 2025, 5:04 PM UTC
The government seeks to procure replacement lithium-ion batteries for Hefring Engineering's Oceanscout autonomous gliders as part of the Inflation Reduction Act's initiatives focused on uncrewed systems and ecosystem monitoring. The contract requires the vendor to deliver fifteen (15) battery packs, configured either as a single unit or in two sub-units, in the initial year, with up to five (5) batteries in each of the subsequent option years. The performance period encompasses a base year followed by two optional twelve-month extensions, demanding timely delivery of products. This procurement underscores the need for continual evaluation of autonomous instruments essential for data collection to enhance environmental surveys, ensuring efficient operation of the technology employed in ecological research.
Jan 2, 2025, 5:04 PM UTC
The Department of Commerce, specifically NOAA's Southwest Fisheries Science Center, is seeking to procure replacement lithium-ion battery packs for newly bought Hefring Oceanscout personal underwater gliders. This need arises from the ongoing research under the Inflation Reduction Act, which involves utilizing autonomous systems to gather ecosystem-wide data. The contract mandates the delivery of 15 sets of batteries in the base year, with potential additional batteries in subsequent years, totaling up to $100,000, with the initial year budgeted at approximately $67,750. Hefring Inc. is identified as the sole source for these batteries since they are uniquely designed for compatibility with their proprietary glider systems. Prior procurement data supports the pricing, and the vendor has assured no price increases throughout the contract's duration. The necessity for compatibility with existing equipment justified this single-source determination, underlining the lack of alternative suppliers. The document is certified as meeting the government's requirements, confirming that all information regarding the procurement is accurate and complete.
Lifecycle
Title
Type
Glider Lithium Batteries
Currently viewing
Special Notice
Similar Opportunities
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.
Lithion Battery Inc. Lithium-Ion Cell Batteries and Accessories
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Lithium-Ion cell batteries and accessories from Lithion Battery Inc. This procurement includes specific requirements for 46 U24-24V80XP batteries, 8 units of U-BMS-LV Rev 2 Battery Management Systems, a CANBus toolkit, and 8 BMS Starter Kits, all adhering to defined safety certifications and operational specifications. The goods are critical for enhancing energy technology and infrastructure within the Navy's operational framework. Interested vendors must submit their capabilities statements by 9:00 AM EST on April 29, 2025, to Lametria Smith at lametria.r.smith.civ@us.navy.mil, with all responses considered for determining the necessity of competitive procurement.
NWS Pacific Region HOGEN Supplies
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Proton Energy Systems, Inc. for the procurement of spare parts and supplies for their Hydrogen Gas Generator (HOGEN) network, specifically for delivery to Honolulu, HI. This procurement is essential for maintaining the functionality and safety of the existing hydrogen generators used by the National Weather Service (NWS) Pacific Region, as only Proton Energy Systems manufactures the compatible parts required for these systems. Interested firms that believe they can meet the government's requirements may submit documentation to the primary contact, Stephanie Mas, at STEPHANIE.MAS@NOAA.GOV within 15 days of this notice, although no solicitation package is available, and the delivery is expected within 280 days from the award date.
PURCHASE HC144 AIRCRAFT SPARES
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the purchase of HC-144 aircraft spares, primarily focusing on sealed lead batteries. This procurement is a Total Small Business Set-Aside, emphasizing the need for traceability to the Original Equipment Manufacturer (OEM), Concorde Battery Corp, and compliance with federal regulations regarding telecommunications equipment. The contract is anticipated to be awarded on a firm-fixed price basis, with a closing response date set for April 28, 2025, at 4:00 PM EST. Interested vendors should direct inquiries to Debra Heath at debra.w.heath@uscg.mil and ensure their submissions adhere to the outlined terms and conditions.
J--Replace Main Motor Heat Exchangers on NOAA Ship PI
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to replace the main motor heat exchangers on the NOAA Ship Pisces. This procurement involves the removal and installation of heat exchangers, ensuring compliance with safety and operational standards, and requires contractors to manage all labor, materials, and rigging necessary for the project. The successful contractor will be evaluated based on their technical approach, past performance, and pricing, with a firm fixed-price contract expected to be awarded by April 30, 2025. Interested parties must submit their quotations via email to Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV, ensuring they acknowledge any amendments and provide all required documentation by the specified deadline.
NAWCAD WOLF -Intent to Sole Source Battery Eliminator and cables
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure battery eliminators and cables on a sole source basis from Supplynet Inc. This procurement involves a firm fixed-price contract for specific items, including various types of 4-way splitters and battery eliminators, with the possibility of additional quantities in the future. The goods are critical for communication equipment, emphasizing the importance of compliance with federal regulations and the need for thorough quotations. Interested vendors must submit their offers by 5:00 PM Eastern Standard Time on April 28, 2025, and must be registered in the SAM.GOV database as authorized distributors to be considered for the award. For further inquiries, contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil or call 240-808-9150.
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.
PROVIDE BUTTERFLYVALVE TO THE HENRY BIGELOW
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes from qualified small businesses for the procurement of a Crane Flowseal 10-1LA-833TB-30J butterfly valve for the NOAA Ship Henry Bigelow. This acquisition is critical for maintaining the ship's operational integrity, as the valve is required to replace a failed outlet valve for the main seawater strainer. The contract will be awarded based on best value, considering factors such as availability, vendor authorization, and price, with a firm fixed price structure. Interested vendors must submit their quotes via email to Alexander Cancela by April 28, 2025, and ensure compliance with all specified requirements, including proof of authorized dealer status and registration in the SAM database.
M--Provide Moorage in Kodiak, AK for the NOAA Ship Ra
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting quotes for husbandry services for the NOAA Ship Rainier during its port call in Kodiak, Alaska, from May 1 to October 30, 2025. The procurement includes essential services such as moorage, line handling, garbage disposal, potable water supply, sewage management, fueling capabilities, and optional services like bilge water removal and tug assistance. This opportunity is significant for supporting NOAA's marine operations and ensuring logistical efficiency during hydrographic surveys in Alaska's coastal waters. Interested vendors must submit their quotes electronically by April 23, 2025, and direct any inquiries to Christopher Baker at christopher.baker@noaa.gov.
Mooring Components
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.