59--RAWS INTERAGENCY FTS PARTS, FY26
ID: 140L3726Q0003Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to procure RAWS Weather Station Parts and Sensors exclusively from Forest Technology Systems (FTS), located in Victoria, BC, Canada. This procurement is justified under FAR 6.302.1, indicating that FTS is deemed the only responsible source capable of fulfilling the agency's requirements. The parts and sensors are critical for maintaining the functionality of Remote Automated Weather Stations (RAWS), which play a vital role in fire management and environmental monitoring. The estimated value of this acquisition is $557,930.86, and interested parties must submit their qualifications by 5 PM Eastern on December 5, 2025, to be considered, with inquiries directed to Contracting Officer Casey Gean Boyd at cmboyd@blm.gov.

    Point(s) of Contact
    Boyd, Casey
    (000) 000-0000
    (208) 387-5414
    cmboyd@blm.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    SRS EddyFlux System Pro + Biomet
    Buyer not available
    The USDA Forest Service intends to award a sole-source firm-fixed-price contract to LI-COR for the procurement of an IRGA (Carbon analyzer) and Biomet system, valued at $69,957.00. This equipment is essential for a long-term study conducted by the Eastern Forest Environmental Threat Assessment Center, focusing on the effects of prescribed fires on water quantity, quality, and carbon in North Carolina's Piedmont region. The acquisition supports critical research and management practices related to natural resource protection, with specific technical requirements for CO2 and H2O measurements. Interested parties must respond in writing by December 14, 2025, at 11:59 PM EST, to the primary contacts Heather Harkley and Nestor Rivera Gonzalez via their provided email addresses.
    Fixed Base Weather Observation System (FBWOS) Program AN/FMQ-23 Production
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of the Fixed Base Weather Observation System (FBWOS) Program AN/FMQ-23. This Request for Information (RFI) aims to identify companies capable of producing the AN/FMQ-23 weather systems, which are essential for accurately measuring and reporting various weather parameters in compliance with Department of Defense and Air Force standards. The production of these systems is critical for automated weather observations, supporting military operations and decision-making. Interested parties are encouraged to submit a capabilities package detailing their experience, production capacity, and compliance with ITAR by October 17, 2025. For further inquiries, contact Kathryn Mackessy at kathryn.mackessy@us.af.mil or Capt Christopher Thier at christopher.thier@us.af.mil.
    SEI Industries, Original Equipment Manufacturer (OEM), “Premo Fireballs” - Aerial Ignition Spheres Purchase
    Buyer not available
    The USDA Forest Service, through its National Interagency Fire Center (NIFC), is seeking qualified vendors to supply SEI Industries' "Premo Fireballs," which are aerial ignition spheres used for prescribed burns and wildfire management. The procurement aims to acquire approximately 1,000 cases of these fireballs annually, emphasizing the importance of safety and compliance with National Wildfire Coordinating Group (NWCG) standards. Vendors must be authorized third-party providers of SEI Industries and capable of delivering to multiple Incident Support Caches across the nation. Interested parties are invited to submit a capability statement by December 8, 2025, detailing their qualifications and past performance, with the potential for a future Request for Quote (RFQ) to follow. For further inquiries, vendors can contact Amy Tilley at amy.tilley@usda.gov.
    Forest Inventory and Analysis BPA Suite
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.
    Sole Source Justification - Far-Infrared Dual Frequency Comb System
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to procure a Far-Infrared Dual Frequency Comb System through a sole source justification. This procurement aims to acquire specialized laboratory equipment and supplies that are critical for advancing research and development in precision measurement and metrology. The system is essential for various scientific applications, including spectroscopy and telecommunications, where high precision is required. Interested parties can reach out to Daniel Kent at daniel.kent@nist.gov or call 303-497-6533 for further information regarding this opportunity.
    FR3 SDR Transceiver Kit (2-channel MIMO) No Substitutes
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is soliciting quotes for a Firm Fixed Price (FFP) contract for a FR3 SDR Transceiver Kit (2-channel MIMO), which includes Vivaldi Antennas and 10 hours of engineering support. This procurement is a Total Small Business Set-Aside, emphasizing the importance of certified small businesses in fulfilling the requirements, which are critical for research and development operations at BNL. Interested vendors must provide a comprehensive quote that includes pricing justification, proof of registration in the System for Award Management (SAM), and adhere to strict shipping and invoicing guidelines as outlined in the attached documents. Quotes are due by the specified deadline, and interested parties should contact Alysha Benincase at abenincas@bnl.gov for further information.
    3M FY25 NIIN Adds
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a Request For Proposal (RFP) SPE4AX26RX006 for a sole source acquisition of items exclusively manufactured by 3M. This procurement is for a Firm Fixed Price Contract justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, recognizing 3M as the sole manufacturer and supplier of the required items, including the ambient temperature sensor (NSN 016852501). The government intends to award the contract following existing Long Term Contract (LTC) SPE4AX17D9407 and may consider proposals from non-original equipment manufacturers (OEMs) if they can demonstrate capability, quantity, and pricing for the listed National Stock Numbers (NSNs). Interested parties must submit their proposals by the specified closing date and ensure they are registered in SAM.gov, ORCA, and possess a valid DUNS number, CAGE Code, and Tax Identification Number. For further inquiries, contact James Inman at james.inman@dla.mil or call 804-279-1477.
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Brake Temperature Monitoring System
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting market research through a Request for Information (RFI) for a Fixed Wing Brake Temperature Monitoring System (BTMS). The objective is to identify potential sources capable of providing engineering services to design, install, and integrate a low-cost, non-invasive BTMS for HC/AC/MC-J aircraft, which must include digital temperature readouts and overheat alerts while being compliant with Night Vision Imagery System standards. This system is critical for enhancing aircraft safety and operational efficiency, with installation and integration expected to be completed by March 2026. Interested contractors are encouraged to respond by December 22, 2025, and should direct inquiries to Philip Earthly at philip.earthly.1@us.af.mil. Please note that this RFI is for information and planning purposes only, and the government will not reimburse any expenses incurred in response to this request.