SOLE SOURCE: FLUKE Calibrations and Servicing of existing equipment for the National Weather Service (NWS), National Data Buoy Center (NDBC) at Stennis Space Center, MS.
ID: 142082-25-0069Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 1:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract to Fluke Corporation for the calibration and servicing of existing equipment used by the National Weather Service (NWS) at the National Data Buoy Center (NDBC) located at Stennis Space Center, Mississippi. The procurement is necessary due to the proprietary nature of Fluke's electronic equipment, which requires specialized firmware upgrades and authorized repairs that only Fluke Corporation can provide. This service is critical for maintaining the operational integrity of weather monitoring equipment essential for accurate data collection and analysis. Interested vendors must demonstrate their capability to meet these specific requirements by contacting Nikki Radford at nikki.radford@noaa.gov before the closing of this notice, as the government reserves the right to solicit quotes based on responses received.

Point(s) of Contact
Files
No associated files provided.
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.
Calibrate and Repair Serial Number 1040C
Buyer not available
The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.
GLERL Innovasea Acoustic Releases & Accessories
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Innovasea Marine Systems Canada Inc. for the procurement of acoustic releases and accessories to be delivered to Ann Arbor, Michigan. This procurement is essential as Innovasea is the only vendor capable of providing equipment that is compatible with the existing Great Lakes Acoustic Telemetry Observing System (GLATOS), which is critical for ongoing research projects in the Great Lakes region. The delivery date for the required equipment is set for August 1, 2025. Interested parties that 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.
J--REPAIR WORK ON VESSEL IN SEATTLE, WASHINGTON
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for repair work on the hydrographic survey vessel S3006, located in Seattle, Washington. The procurement involves a total small business set-aside for seventeen defined repair tasks, including the replacement of power systems, engines, electrical panels, navigation and safety equipment, insulation, and the fuel system, all of which must be completed within 60 days of contract award. This vessel is crucial for the operational readiness of NOAA's Navigation Response Team, which conducts hydrographic survey operations in the Pacific Northwest. Interested contractors must submit their quotes by April 16, 2025, and are encouraged to schedule site visits by contacting the designated NOAA representatives. For further inquiries, Michelle Walton can be reached at MICHELLE.WALTON@NOAA.GOV or by phone at 757-605-7411.
Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
Buyer not available
Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
MICRO-BATH
Buyer not available
The Department of Defense, through the Naval Air Warfare Center, is seeking quotes for the procurement of Calibration Standards (CALSTDs) and ancillary equipment, specifically including 13 units of a Micro Bath and related items, on a firm fixed-price basis. This procurement is critical for maintaining aviation calibration standards, ensuring operational readiness and precision of Navy equipment. Interested vendors must be authorized distributors of Fluke Electronics and are required to submit their quotes, including necessary documentation, by 3:00 PM on April 8, 2025, to the primary contact, Benjamin Flores, at benjamin.r.flores3.civ@us.navy.mil.
66--METER,SPECIAL SCALE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking a contractor for the repair and modification of a specialized scale meter, identified by NSN 7H-6625-017025023. The procurement involves a single quantity of the meter, which is critical for measuring and testing electrical and electronic properties, and is deemed uneconomical to reverse engineer or procure data rights from additional sources. Interested parties are encouraged to express their interest and capability to fulfill this requirement within 45 days of the notice, with the primary contact for inquiries being Lamar R. Crummel at (717) 605-6474 or via email at lamar.crummel@navy.mil. This opportunity is set aside for small businesses under the SBA guidelines, and the government intends to negotiate with only one source under FAR 6.302-1.
9999 - FMS Repair of BEACON SET RADIO ( 3 Units )
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support (NAVSUP WSS), is seeking qualified contractors to repair three units of the BEACON SET RADIO. The procurement involves providing labor, materials, and facilities necessary to restore these government-owned items to operational condition, as the government lacks the data required for repairs or manufacturing. This equipment is critical for various defense operations, and the contract will be awarded under the authority of FAR 6.302-1, with the intention to solicit only one source, INTERNATIONAL ENTERPRISES. Interested parties must submit capability statements within five days of the notice publication, and contact Alainna Pettit at 267-697-0633 or alainna.m.pettit.civ@us.navy.mil for further details.
Naval Information Warfare Center (NIWC) Atlantic Equipment Evaluation and Repair
Buyer not available
The Naval Information Warfare Center (NIWC) Atlantic, part of the Department of Defense, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Tampa Microwave for the evaluation and repair of their transceivers and modems. This procurement is essential as Tampa Microwave is the original equipment manufacturer and sole source supplier for the required components, which necessitate Test and Evaluation to determine their repairability. Interested parties that believe they can meet the requirements may submit a capability statement or proposal by April 8, 2025, to Brett Rice at brett.f.rice2.civ@us.navy.mil, as the Government will consider all responses to assess the potential for a competitive procurement.
Next Generation Fathometer
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the procurement of a Next Generation Fathometer, specifically a SONAR Sounding Set. This procurement includes essential components such as a SONAR receiver-transmitter, mounting brackets, remote depth indicators, a SONAR simulator, Navy Tactical Data System A (NTDS-A) converter boxes, and the necessary technical documentation, all to be manufactured in accordance with specified NAVSEA drawings. The SONAR Sounding Set is critical for enhancing underwater detection and navigation capabilities, supporting various naval operations. Interested vendors can find the Request for Proposal (RFP) at https://piee.eb.mil/ by searching for N0025325R7005, and should direct inquiries to Michael Beadle at michael.f.beadle.civ@us.navy.mil or Terrell Burt at terrell.l.burt2.civ@us.navy.mil, with the latter also reachable by phone at (360) 315-0941.