SPECIAL NOTICE
66 -- Notice of Intent to award Single Source - SOUNDNINE INC
- Notice Date
- 8/21/2025 11:55:22 AM
- Notice Type
- Special Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- FD-2025-525
- Response Due
- 9/4/2025 3:00:00 PM
- Archive Date
- 09/19/2025
- Point of Contact
- Amy Gilliland, Phone: 2409975870
- E-Mail Address
-
amy.gilliland@noaa.gov
(amy.gilliland@noaa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- FD-2025-525 Soundnine Sensors ***The National Oceanic and Atmospheric Administration�s (NOAA) Fisheries Office of Management and Budget Field Delegates, and the NOAA Chesapeake Bay Office, intends to negotiate, on a sole source basis, under authority of FAR 13.106-1(b)(1), with Soundnine, Inc. 11863 124th Ave. N.E., Kirkland, WA, 98034 which is used for an Interagency Agreement to establish a Bay-wide hypoxia monitoring program to attain water column dissolved oxygen data for the purposes of water quality monitoring and fish habitat assessments. ***The sole source determination is based on NOAA�s requirement that Soundnine, Inc is the only vendor that is compatible in all aspects (form, fit, and function) with existing systems or equipment, and the source is uniquely qualified to meet the requirement. An initial successful pilot has led the Chesapeake Bay Program (NOAA & federal partners) to seek a second phase of testing which included evaluating hypoxia data across two SoundNine stations for an extended duration to investigate sensor durability and spatial variability within a segment of the Chesapeake Bay. That second phase was completed in the winter of 2021 and resulted in the operational deployment of the SoundNine systems in the spring of 2022. A third system has since been delivered. The systems to be procured provide for the expansion of the hypoxia monitoring network and redundancy for the operational systems, and must be 100% compatible with the actively deployed buoy and sensors. No other sensors on the market can meet this requirement The Contractor shall supply NOAA Chesapeake Bay Office with nine dissolved oxygen sensor assemblies, six replacement pressure sensors, sixty XIM-CTD-DO calibrations for all measurements, twelve replacement conductivity cells that include a calibration and four- twelve month hosted data service plans. Deliver nine (9) REP DO SEN- replacement S9 DO sensor assemblies on XIM CT/CTD, includes new PME sensor Deliver six (6) XIM PRESS REP- replacement pressure sensor on XIM CTD, includes calibration Deliver sixty (60) XIM-CTD-DO CAL- XIM-CTD-DO sensor calibration (conductivity, temperature, pressure & dissolved oxygen). DO sensor linearization at 3 points compared to the new PME sensor performed in conjunction with CT calibration. Deliver twelve (12) XIM CELL- replacement conductivity cell on XIM CTD, includes calibration Deliver four (4) CHDS12- Hosted data service with cellular telemetry, (U.S. carrier), 12 months PERIOD OF PERFORMANCE: 09/06/2026 - 09/05/2026 DELIVERY SCHEDULE: All Deliverables will be provided to NOAA Chesapeake Bay Office upon completion of service by September 05, 2026. DELIVERY LOCATION: The sensors that undergo maintenance, replacement services and calibrations will be delivered to NOAA Chesapeake Bay Office, 200 Harry S Truman Pkwy, Ste 406, Annapolis, MD 21401 during the business hours of 8AM-4PM EST, Monday-Friday. Delivery service will call the POC at least one day prior to the date of delivery to arrange for transfer. ***This notice of intent is not a request for competitive proposals, and no solicitation package is available. However, firms that believe they can fully meet the government's requirements may submit substantiating documentation in writing to the identified point of contact within 15 days after publication of this synopsis. Such documentation will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the government not to conduct a competitive procurement, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aaf99e2e35a44e7eafa8f27612f0f1ae/view)
- Place of Performance
- Address: Annapolis, MD 21401, USA
- Zip Code: 21401
- Country: USA
- Zip Code: 21401
- Record
- SN07560335-F 20250823/250821230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |