EXAIL GYROCOMPASS PARTS FOR NOAA VESSEL RANIER
ID: 140802-25-0439Type: Special Notice
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

NAVIGATIONAL INSTRUMENTS (6605)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole-source contract with Exail, Inc. for the procurement of replacement parts for Exail gyrocompasses used on NOAA's vessel, Rainier. The requirement arises from NOAA's need for highly reliable, maintenance-free gyros to reduce downtime and eliminate maintenance costs associated with existing mechanical gyros, as Exail's fiber optic gyros provide a mean time between failure (MTBF) of 150,000 hours, significantly surpassing competitors. This procurement is critical for ensuring accurate and reliable navigation data for hydrographic surveying and oceanographic operations, with the sole-source determination based on Exail being the exclusive manufacturer of the required parts. Interested parties may submit documentation to the primary contact, Michelle Walton, at michelle.walton@noaa.gov within 15 days of this notice, as no solicitation package will be available.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    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.
    Differential Planetary Gearbox Repair Services
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking vendors capable of providing repair services for Differential Planetary Gearboxes used in the NEXRAD weather radar systems. The procurement aims to establish an indefinite delivery, indefinite quantity (IDIQ) contract for the repair and reconditioning of these gearboxes to "Like New" operating condition, adhering to OEM specifications. These gearboxes are critical for the operation of 158 NEXRAD sites across the country, enabling the detection of severe weather and timely warnings to the public and aviation users. Interested vendors must submit their capability statements and company profiles to Taylor Wisneski at taylor.wisneski@noaa.gov by 12:00 PM CST on January 7, 2026, as part of the market research process, with no obligation on the part of the government to procure services at this stage.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has issued a Notice of Intent to Sole Source for Shoreline Mapping Support services. This procurement involves modifications to existing contracts to increase the maximum ordering value of the National Geodetic Survey's multiple-award indefinite delivery/indefinite quantity (IDIQ) contracts for Architect-Engineer Shoreline Mapping Services. These services are crucial for the accurate mapping and management of shoreline areas, which play a significant role in environmental monitoring and coastal management efforts. Interested parties can reach out to Michael J. Williams at Michael.J.Williams@noaa.gov or (757) 441-3434, or Nicole Lawson at Nicole.Lawson@noaa.gov or (757) 441-6879 for further details.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    GRAW Portable Upper Air System Components
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has awarded a sole source contract for GRAW portable upper air system components to GRAW Radiosondes GMBH & CO, KG. This procurement is essential due to the need for compatibility with existing GRAW systems and equipment already utilized by NOAA, ensuring seamless integration and functionality. The decision to proceed with a sole source contract was based on market research indicating that only one responsible source could meet the agency's requirements without unacceptable delays. For further inquiries, interested parties may contact Contract Specialist Jeanne Cassidy at jeanne.cassidy@noaa.gov or by phone at 206-526-6346, or Contracting Officer Angela Royster at angela.royster@noaa.gov or 206-526-6072.
    Sole Source Shaft Seal Overhaul Kits
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Pioneer Industries Inc. for the procurement of Shaft Seal Overhaul Kits. This contract is being pursued under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can meet the agency's requirements, as Pioneer Industries Inc. is the original equipment manufacturer (OEM) with the necessary proprietary knowledge and technical expertise. The goods are critical for maintaining the operational integrity of Coast Guard vessels, ensuring compatibility and performance standards are met. Interested parties who believe they can fulfill the requirements may submit a capability statement to Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil, with all submissions due by the specified deadline.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Garmin International, Inc. for the provision of annual subscriptions to aircraft navigation databases essential for the safety and operational efficiency of its fleet aircraft. This procurement is necessary to ensure continued access to critical navigation databases that enhance pilot situational awareness, navigation, and obstacle avoidance, which are vital for safe flight operations. The contract will be firm-fixed price and is expected to be awarded under the authority of FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, but no telephone inquiries will be accepted.
    66 - FMS REPAIR: INERTIAL NAVIGATION
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the sole-source repair of an Inertial Navigation unit, identified by NSN 7RH 6605 014830602 CB and Part Number 233A935-1, designated as a Critical Application Item for Foreign Military Sales Case GR-P-BBK. The contractor will be responsible for evaluating, laboring, and providing materials and parts necessary to restore the unit to operational condition, adhering to strict packaging, marking, and quality assurance standards, including ISO 9001 compliance. This procurement is critical for maintaining navigational capabilities and is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested parties must ensure they meet government source approval requirements and submit inquiries to Dana Scott at dana.l.scott14.civ@us.navy.mil, with a performance period set from January 5, 2026, to April 6, 2026.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.
    NOI to Sole Source for NVG Repair
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source contract with L3 Harris Technologies, Inc. for the repair of night vision goggles (NVG) previously acquired by the agency. The contract is necessary as L3 Technologies is the sole manufacturer of the specific NVG model and is uniquely qualified to perform the required repairs. These NVGs are critical for various law enforcement and operational activities, underscoring the importance of maintaining their functionality. Interested parties may express their capabilities by contacting Beanchor M. Liggins via email at bmliggins@fbi.gov by 9 AM CT on January 9, 2026, as this notice is not a request for competitive quotations.