NSSL Inspect and Wash ATD Radome
ID: 1305M325Q0108Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

REPAIR OR ALTERATION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Z2BG)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide inspection and washing services for the Advanced Technology Demonstrator (ATD) radar at the National Severe Storms Laboratory (NSSL) in Norman, Oklahoma. The procurement requires non-personal services, including all necessary labor, equipment, and materials, with the work expected to be completed by May 15, 2025. This service is crucial for maintaining the operational integrity of the radar system, which plays a significant role in severe weather research and forecasting. Interested small businesses must submit their quotes electronically by 12:00 PM MST/MDT on March 21, 2025, and can direct inquiries to Isabel Vigil at Isabel.Vigil@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Past Performance Questionnaire is designed for contractors to evaluate their performance on specific government contracts. Contractors are required to fill out initial sections, providing crucial information about their business and the contract in question, including contract details, scope, complexity, and client references. The document includes a rating scale for client references to assess the contractor's performance based on quality, schedule adherence, cost control, management effectiveness, regulatory compliance, and overall customer satisfaction. Ratings range from Exceeds (E) to Unsatisfactory (U), allowing clients to provide structured feedback. Furthermore, client references must outline their role, sign the document, and indicate if they would work with the contractor again. This questionnaire acts as a tool for the government to verify contractor credentials and past performance, ultimately guiding decisions on future contract opportunities and ensuring accountability within federal and local procurement processes. The structured feedback is pertinent to evaluating potential contractors for future solicitations, thereby influencing government contracting decisions.
    This Request for Quotation (RFQ) solicits bids for non-personal services to inspect and wash a new ESSCO S32-75 model radome situated on the Advanced Technology Demonstrator (ATD) at the National Severe Storms Laboratory (NSSL) in Norman, Oklahoma. The work is expected to be completed by May 15, 2025. The selected vendor will be responsible for all labor, equipment, and materials required for the task, including delivering a detailed written report post-service that documents the radome's condition and any necessary corrective actions. The contractor's performance standards must adhere to the manufacturer’s specifications, and any onsite work must occur during specified hours. The evaluation criteria for bids will focus on technical capability, past performance, and price, with a firm-fixed-price contract awarded to the most advantageous proposal. The RFQ also details compliance with various federal regulations, including those concerning telecommunications, workplace safety, and environmental standards. Submission instructions and contact information for site visits are provided to facilitate potential bidders.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought Notice for Compact Dual Polarimetric X-Band Doppler Weather Radar System
    Dept Of Defense
    The Department of Defense, through the Fleet Logistics Center Norfolk, is seeking information from qualified sources for a Compact Dual Polarimetric X-Band Doppler Weather Radar System intended for the United States Naval Academy's Department of Ocean and Atmospheric Sciences. The procurement aims to establish a single-award, Firm Fixed Price (FFP) contract for a radar system that operates in the X-Band (9.4 GHz), features selectable scan modes, and has an observation range exceeding 60 km, while also providing essential data outputs and polarimetric variables. This radar system is crucial for advanced meteorological observations and will be integrated with existing systems at the USNA, requiring on-site installation, training, and an extended warranty. Interested parties must submit capability statements and/or estimates via email to Megan Evans by 11:00 AM EST on December 17, 2025, and should include relevant company information and registration details.
    Repair Color Weather Radar
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Color Weather Radar units essential for MH-60T aircraft operations. The procurement involves evaluating and repairing six radar components, ensuring compliance with OEM specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of Coast Guard aircraft, with a focus on quality assurance and traceability of parts. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.
    Repair Various Radar Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as outlined in solicitation RFQ 140G0126Q0011. The procurement requires "Brand Name or Equal" remote control kits for Teledyne RDI River Pro/River Ray and StreamPro ADCPs, which must be delivered to the USGS Caribbean-Florida Water Science Center in Tampa, FL, within 30 days of order receipt. These systems are crucial for converting ADCPs into unmanned surface vehicles, enhancing data collection capabilities in aquatic environments. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. All bidders must be registered at SAM.gov to be eligible for contract award.
    Radar Equipment
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small business vendors to establish Blanket Purchase Agreements (BPAs) for radar equipment, specifically under the NAICS code 334511. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and required documentation by March 11, 2026, to be considered for inclusion in the BPA program, which will operate under simplified acquisition procedures with a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    15--RADOME, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of radomes. Contractors are required to provide either firm-fixed-price (FFP) or time-and-materials (TT&E) pricing, along with estimated costs for the repair of the specified items. This procurement is critical for maintaining the operational readiness of aircraft, as radomes are essential components that protect radar systems. Interested contractors should submit their quotes and can direct inquiries to Dianne L. Wydra at DIANNE.L.WYDRA.CIV@US.NAVY.MIL. The procurement does not have a set-aside recommendation for small businesses, and all contractual documents will be considered issued upon transmission by the government.