58--NEXRAD Optical Encoders
ID: 1305M225Q0027Type: Solicitation
Overview

Buyer

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

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of optical encoders as logistics spares for the Weather Surveillance Radar 1988 Doppler (WSR-88D) system, integral to the Next Generation Weather Radar (NEXRAD) program. The procurement aims to ensure the operational integrity of the radar system by acquiring encoders that meet stringent mechanical and electrical specifications, including environmental tolerance and performance standards. This initiative underscores the federal government's commitment to enhancing weather forecasting capabilities and public safety, as the NEXRAD program plays a crucial role in weather monitoring and forecasting operations. Interested vendors must submit their proposals by adhering to the outlined requirements, with the contract performance period set from July 1, 2025, to June 30, 2028. For further inquiries, potential offerors can contact Kevin J. Buum at KEVIN.J.BUUM@NOAA.GOV or by phone at 816-426-7461.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for marking and barcoding supplies destined for the National Logistics Support Center (NLSC) operated by the National Weather Service. It specifies that all procured items must be individually packaged and labeled following MIL-STD standards for shipment and storage. The markings must include essential information such as the National Stock Number (NSN), contractor details, item descriptions, quantities, and contract numbers. Additionally, distinct requirements for unit packs, intermediate containers, and exterior containers are detailed, describing the necessary text and bar code markings. Each type of container has specific identification and contractual information that must be displayed clearly, ensuring compliance and traceability during shipment. Containers with multiple NSNs must be labeled as "MULTIPACK" and include detailed weight, volume, and hazardous material identification if applicable. Shipping labels must conform to carrier practices, and bar codes must follow specified symbology standards for ease of scanning. The overall document serves as a compliance guide for vendors supplying materials to the government, ensuring accurate and safe logistics management while facilitating efficient tracking and inventory processes.
    The government file discusses a Request for Proposal (RFP) concerning NEXRAD Optical Encoders, designated as RFP 1305M225Q0027. The contract spans three ordering periods over a total duration of three years, starting from July 1, 2025, and ending on June 30, 2028, with no option years. Offerors are instructed to complete a pricing schedule for the estimated quantities of optical encoders required, which include a total of 38 production units for the first ordering period. Notably, for initial procurement, two units must undergo First Article Testing (FAT), to be delivered within a preferred timeframe of 26 weeks, with a mandatory completion of testing within 30 days before acceptance. The document details production and delivery timelines for each ordering period, indicating that finalized award contract dates will be provided later. It emphasizes that offerors with previous FAT approval for the encoders are exempted from FAT pricing for the quantity specified. This RFP aims to procure essential optical encoders while maintaining stringent testing and delivery protocols to ensure quality assurance and timely execution.
    The document pertains to Amendment No. 0001 for Solicitation No. 1305M225Q0027, which outlines the procedures for submitting offers and acknowledges the amendment's changes. Specific instructions are provided for contractors regarding acknowledgment of receipt of the amendment, including potential rejection of offers if not received on time. Additionally, questions from vendors regarding the procurement of Optical Encoders are addressed. The government clarifies that the encoders are custom-manufactured and not brand-specific. It confirms a production order of 40 units for those who have passed the First Article Testing (FAT). Vendors are allowed to propose improvements to legacy components for increased manufacturability, although these changes must be tested for viability. Clarifications on specifications regarding timing diagrams are also included. Overall, the document serves as an official modification to enhance understanding and compliance among contractors involved in the procurement process.
    The document outlines a Request for Proposal (RFP) issued by the government for the procurement of optical encoders to replenish logistics spares, establishing multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contracts with firm-fixed price tasks. The performance period is from July 1, 2025, to June 30, 2028, segmented into three ordering periods. Interested vendors must submit detailed information, including their technical approach, pricing, past performance references, and compliance with various federal regulations. The evaluation will consider technical capability, schedule feasibility, warranty proposals, past performance, and pricing in a best-value selection process. Specific requirements such as first article testing and delivery timelines are highlighted, along with insurance and compliance mandates for successful bidders. Emphasis is placed on small business participation and the AbilityOne program to support employment for individuals with disabilities. Overall, the RFP serves as a structured approach for the government to acquire necessary equipment while promoting compliance with federal contracting and socio-economic policies.
    The National Weather Service (NWS) Radar Operations Center (ROC) seeks to procure optical encoders as logistics spares for the Weather Surveillance Radar 1988 Doppler (WSR-88D) system, which is crucial for the Next Generation Weather Radar (NEXRAD) program. This specification outlines the required mechanical and electrical characteristics for the optical encoders, including measurements, environmental tolerance, and performance standards. Key technical requirements include precise dimensions, a specified temperature operational range of -49 to +50 degrees Celsius, and adherence to ANSI TIA-422 electrical signaling standards. The encoders must also be resistant to humidity, fungus, and shock, ensuring reliability under various conditions. Compliance with extensive testing and inspection protocols is mandatory prior to shipment. The document reflects the federal government’s commitment to maintaining and enhancing weather forecasting capabilities and public safety, as the NEXRAD program supports vital weather monitoring and forecasting operations. The specified optical encoders will contribute to the operational integrity of the radar system, key to fulfilling NWS, NOAA, and Department of Commerce objectives.
    Lifecycle
    Title
    Type
    NEXRAD Optical Encoders
    Currently viewing
    Solicitation
    Similar Opportunities
    NEXRAD Automated Surface Observing System (ASOS) Equipment
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repair, reconditioning, and maintenance of various components of the Next Generation Weather Radar (NEXRAD) and Automated Surface Observing System (ASOS) equipment. This procurement involves eight distinct Statements of Work (SOWs) aimed at restoring equipment to "Like New" condition, ensuring functionality and compliance with National Weather Service specifications over a five-year period from 2025 to 2030. The initiative is critical for maintaining the integrity and performance of essential weather monitoring systems, with all repairs to be conducted at the contractor's facility and units shipped to and from the National Reconditioning Center in Grandview, Missouri. Interested parties must submit their capabilities and relevant certifications to NOAA by March 21, 2025, with inquiries directed to Kevin J. Buum at kevin.j.buum@noaa.gov or by phone at 816-426-7461.
    Broad Agency Announcement: Weather Radar Technology Exploration for the National Weather Service
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals through a Broad Agency Announcement (BAA) for the development of advanced weather radar technologies to replace the aging Next Generation Weather Radar (NEXRAD) system. The objective is to enhance radar capabilities, ensuring continuity of data, improving coverage, and fostering advanced performance to better support severe weather forecasting and public safety. This initiative is critical for modernizing the nation’s weather radar infrastructure, which is vital for effective weather monitoring and emergency management. Interested parties can submit proposals with a funding range of $1 to $6 million available for approximately 5-15 contracts, with key deadlines including March 28, 2025, for Tier 1 proposals and April 30, 2025, for Tiers 2 and 3 submissions. For further inquiries, contact Holly A. Ferguson at holly.ferguson@noaa.gov or Kevin J. Buum at kevin.j.buum@noaa.gov.
    Phased Array Radar (PAR) Test Article
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking contractors for the development and maintenance of a Phased Array Radar (PAR) Test Article, aimed at enhancing weather observation capabilities. The procurement involves multiple tasks, including the design, construction, installation, and ongoing support of a rotating S-band, dual-polarized radar system, which is critical for improving severe weather monitoring and prediction. This initiative is essential for NOAA's mission to advance meteorological technologies and ensure operational readiness into the 2030s. Interested parties must submit their proposals by March 17, 2025, at 10:00 AM MT, with a total funding cap of $88.5 million, of which $70 million has already been appropriated. For further inquiries, contractors can contact Julia L. Hamilton at julia.l.hamilton@noaa.gov or Bianca Bueno at bianca.bueno@noaa.gov.
    Binghampton WFO NWR Syracuse Maintenance
    Buyer not available
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking contractors to provide non-personal maintenance services for the NOAA Weather Radio (NWR) at the Binghampton Weather Forecast Office in Syracuse, NY. The procurement involves comprehensive maintenance of the NWR transmitter system, including routine and corrective maintenance, documentation of service actions, and the use of government-furnished equipment, with a contract period spanning from April 1, 2025, to March 31, 2030. This service is critical for ensuring the reliability of weather information dissemination, which plays a vital role in public safety. Interested contractors must submit their written quotes electronically by March 14, 2025, and will be evaluated based on their technical approach, past performance, and pricing. For further inquiries, contact Stephanie Mas at STEPHANIE.MAS@NOAA.GOV or call 303-578-6768.
    NWS Weatherbell License Credentials
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to procure Weatherbell License Credentials through a federal contract. This procurement aims to secure electronic computer manufacturing services related to the development and licensing of application software essential for NOAA's operational needs. The Weatherbell License Credentials are critical for enhancing NOAA's weather forecasting capabilities and ensuring accurate data dissemination. Interested vendors can reach out to Isabel Vigil at isabel.vigil@noaa.gov or by phone at 303-578-8031 for further details regarding this opportunity.
    NAWCAD WOLF AN/SPN-50(V)1 SHIPBOARD AIR TRAFFIC RADAR
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking information from qualified vendors regarding the AN/SPN-50(V)1 Shipboard Air Traffic Radar system. The procurement aims to establish a five-year Basic Ordering Agreement (BOA) for supplies and engineering services related to the fabrication, modification, repair, replacement, upgrade, and improvement of radar components and associated hardware. This radar system is critical for air traffic control and landing operations on naval vessels, ensuring safe and efficient aircraft operations. Interested parties must submit their responses, including technical capabilities and pricing information, by October 21, 2024, to Lauren Clemmens at lauren.a.clemmens.civ@us.navy.mil.
    FY25-29 AN/SPS-48 Radar Engineering Services and Materials Procurement
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of engineering services and materials related to the AN/SPS-48 Radar program, which is critical for U.S. Navy operations. The government aims to assess market capabilities and gather recommendations on contract types and acquisition strategies for the long-range, three-dimensional air search radar system, which is expected to remain operational for decades. Responses are invited from both large and small businesses with expertise in radar design, testing, and maintenance, with a submission deadline of August 8, 2024. Interested vendors should direct inquiries to Stuart Grosvenor or Thomas Williams via the provided contact information for further details on participation.
    Redesign of the Balloon-Borne Electric Field Meter
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the redesign of the Balloon-Borne Electric Field Meter. This procurement aims to enhance the capabilities of measuring and controlling electric fields in meteorological applications, which are crucial for atmospheric research and weather forecasting. The selected contractor will be responsible for developing a new design that meets NOAA's specifications, ensuring the instrument's reliability and accuracy in field conditions. Interested parties can reach out to Jamie Rosales at jamie.rosales@noaa.gov or call 303-578-6951 for further details regarding this opportunity.
    J--Marport Net Mensuration System Upgrade
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the upgrade of the Marport Net Mensuration System. This procurement aims to enhance the capabilities of the existing system, which is crucial for measuring and testing electrical signals in marine environments. The goods and services sought are vital for ensuring accurate data collection and analysis in NOAA's oceanographic research and monitoring efforts. Interested small businesses are encouraged to reach out to Crystina R. Jubie at CRYSTINA.R.JUBIE@NOAA.GOV or call 206-526-6036 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    58--RECEIVER,RADAR - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking suppliers for radar receivers and other replacement parts necessary for the repair and modification of radar equipment. This procurement is crucial for maintaining the operational readiness of airborne radar systems, which play a vital role in defense operations. Interested vendors should reach out to Svitlana Shvets at NAVSUP for further details, with contact options including phone, fax, and email provided for inquiries. The presolicitation notice indicates that interested parties should prepare for upcoming bidding opportunities related to this requirement.