Intent to sole source - LI-COR H2O/CO2 Analyzer
ID: PMEL-24-0107Type: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    Special Notice: Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) intends to sole source a procurement for LI-COR H2O/CO2 Analyzer, calibration kit, power cable, and ethernet cable to be delivered to Seattle, Washington.

    The LI-COR CO2/H2O sensors are part of the existing system established across NOAA for eddy covariance flux measurement. These sensors are selected for their accuracy, reliability, and feasibility for applications to research vessels. They are considered the gold standard for eddy covariance flux measurement and are compatible with high-frequency anemometers for the measurement of all sea surface flux components (momentum, energy, and gases).

    Using a different sensor would compromise the uniformity of the NOAA data quality, as data collected by another sensor cannot be directly compared to data collected by other NOAA observers who use the LI-COR sensors. Therefore, NOAA has determined that LI-COR, Inc is the only vendor that manufactures and distributes the required CO2/H2O analyzers, calibration kit, power cable, and ethernet cable.

    The procurement has a delivery deadline of October 15, 2024, or as soon as possible. This notice of intent is not a request for competitive proposals, and no solicitation package is available. However, firms that believe they can fully meet the government's requirements may submit substantiating documentation in writing to the identified point of contact within 15 days after the publication of this synopsis. The government will evaluate such documentation solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. The decision to conduct a competitive procurement is solely within the discretion of the government. Oral communications will not be accepted in response to this notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    A--Notice of Intent to Sole Source for CO2 Capture related services, training and
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to negotiate and award a sole source purchase order to SINTEF Industry for specialized CO2 capture-related services and training. The procurement includes training on monitoring emissions, conducting manual isokinetic emissions measurements, analytical services for testing compounds from CO2 capture absorber columns, and the acquisition of a Solvent Degradation Rig. This initiative is crucial for advancing carbon capture technology and ensuring effective monitoring of emissions, with SINTEF Industry identified as the only capable provider based on market research. Interested parties that believe they can meet these requirements must submit their capabilities in writing to Brittany Rohrer at brittany.rohrer@netl.doe.gov by 4:00 PM EST on September 19, 2024.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    66--Notice of Intent to Sole Source (1) Oxford Instruments P10 – 1” 12Mhz Overburde
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to award a sole source contract for the procurement of an Oxford Instruments P10 – 1” 12Mhz Overburden Pressure Cell. This specialized equipment is essential for integration with NETL’s existing Oxford GeoSpec 12/53 NMR Rock Core Analyzer, enabling the evaluation of petrophysical features and multi-phase fluid flow in geological samples under controlled pressures and temperatures. The proprietary nature of the GeoSpec NMR P10 Overburden Cell means that Oxford Instruments America, Inc. is the only known source capable of fulfilling this requirement. Interested parties who believe they can meet the specifications must submit their evidence of capability to Rebekah Parks at rebekah.parks@netl.doe.gov by 1:00 PM ET on September 20, 2024.
    Notice of Intent to Sole Source: Maximum Value (Ceiling) Increase of Contract 1332KP-23-D-NAAA0003, Geostationary Ground Sustainment Services (GGSS)
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole-source contract modification to increase the maximum value of the existing Indefinite Delivery, Indefinite Quantity (IDIQ) contract 1332KP-23-D-NAAA0003 for Geostationary Ground Sustainment Services (GGSS). This modification will raise the contract ceiling from $275,169,157 by an additional $270,727,196, resulting in a new maximum value of $545,896,353, as the incumbent contractor, L3Harris Technologies, Inc., is uniquely qualified to provide the specialized sustainment services required for the complex and interdependent components of the GEO Ground System. The sustainment of this system is critical for ensuring the reliability and safety of satellite operations, which involve extensive custom software and hardware configurations. Interested parties may express their interest and technical capabilities to the primary contact, Gerald Robertson, at gerald.robertson@noaa.gov, or the secondary contact, Tamalia Adams, at tamalia.adams@noaa.gov, by the specified deadline, although the government will not be responsible for any costs incurred in responding to this notice.
    Teledyne RiverPro & StreamPro ADCP - Sole Source
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) of the Department of the Interior intends to award a sole-source contract to Frontier Precision Inc. for the procurement of specific Teledyne RD Instruments products, including a RiverPro Acoustic Doppler Current Profiler (ADCP) and a StreamPro ADCP, essential for hydrology work at stream gage stations. This acquisition, valued at approximately $66,440, is critical for ensuring equipment consistency across multiple BLM offices and associated agencies, enabling accurate discharge measurements vital for managing water reservations for fish habitats. Interested parties may submit capability statements by September 17, 2024, although a competitive solicitation will not be issued, as the procurement is justified under FAR 13.106-1(b)(1)(i) due to the unique qualifications of the required equipment. For further inquiries, contact Kristina Maldonado at kmaldona@blm.gov or call 907-271-3208.
    Intent to Sole Source - Hydrologic Instruments, Maintenance, and Repair
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure hydrologic instruments and related maintenance services on a sole source basis from YSI Incorporated. The procurement includes water quality monitoring sondes, river and stream velocity measurement instrumentation, and stream gaging equipment, along with necessary maintenance, calibration, and repair services to comply with Army regulations. This equipment is crucial for effective water quality monitoring and management, and the contract, valued at approximately $725,000, is expected to be awarded in September 2024, covering a base year and four option years. Interested small businesses may submit capability statements to John Wysocki at john.j.wysocki@usace.army.mil, as no competitive quotes will be solicited.
    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.
    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.
    Notice of Intent to Sole Source Bauer Compressor
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to procure a Bauer Compressor through a sole-source contract for its Maritime Security Response Team West (MSRT-W) based in National City, California. This procurement is justified as the Bauer Compressor is an authorized portable device essential for military divers, meeting all specifications outlined in the U.S. Navy Dive Manual and the Authorized Suppliers Diving Equipment List. The equipment is deemed mission-critical for the Coast Guard's diving operations, ensuring compliance with operational requirements and efficiency. Interested parties may submit a capability statement to Leilani Sandle at leilani.d.sandle@uscg.mil by September 17, 2024, referencing notice number 84-24-Q-34269-0117, although the government is under no obligation to award a contract based on the responses received.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.