SPECIAL NOTICE
59 -- INTENT TO SOLE SOURCE: ATON/iATON/iATON V-2 Battery Packs for NOS CO-OPS
- Notice Date
- 7/2/2025 12:06:33 PM
- Notice Type
- Special Notice
- NAICS
- 335910
—
- Contracting Office
- NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION US
- ZIP Code
- 00000
- Solicitation Number
- 141016-25-0037
- Response Due
- 7/16/2025 8:00:00 AM
- Archive Date
- 07/31/2025
- Point of Contact
- Chelsea Vera, Phone: 7578286329
- E-Mail Address
-
chelsea.vera@noaa.gov
(chelsea.vera@noaa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Simplified Acquisition Branch intends to negotiate on a sole source basis with Warehouse Battery Outlet, Inc., using the procedures in FAR Part 13, to purchase 70 ATON battery packs P/N: 26-MN1300D and 20 iATON V-2 battery packs P/N: 26-36MN1300WODCEL. Supporting rationale. The ATON, iATON, and iATON V-2 are real-time ocean current measurement systems that affix to U.S. Coast Guard (USCG) aids-to-navigation (ATON) buoys. These systems employ an acoustic Doppler current profiler (ADCP) sensor to measure ocean currents. Motivation for the ATON and iATON designs and development came from the need to fulfill Physical Oceanographic Real-Time Systems (PORTS�) users� requests for real-time vertical current profile information in or near shipping channels. The ATON version of this system uses a radio to communicate with a shore station that transmits the data back to CO-OPS through GOES. The iATON and iATON V-2 versions of the system utilizes iridium short burst data modems to transmit data directly to CO-OPS. The 26-MN1300D battery pack made by Battery Warehouse Outlet has been the standard battery pack used by CO-OPS for the ATON and iATON systems for over 15 years. The 26-36MN1300WODCEL battery pack is the standard battery pack used by CO-OPS for the latest version of the system the iATON V-2. Since the systems are installed USCG ATON buoys there is a requirement for the system to have a low profile that does not visually alter the shape of the buoy. As a result, there is limited space available and the battery compartments of 2 the systems are designed to accommodate these battery packs. These battery packs were tested by CO-OPS to ensure that they would be able to power the systems through a full deployment and would not be adversely affected by the harsh environmental conditions they are exposed to. This purchase is for battery packs to support existing stations in CO-OPS network of environmental monitoring stations. Significant engineering effort was utilized to ensure all interior components fit in the space available and are of appropriate materials and quality and are electrically compatible with the gauges they are to be integrated into. CO-OPS also has the ability and equipment to test and monitor the equipment in this purchase. If new equipment is purchased additional parts and equipment will need to be purchased to support the new equipment. Market research indicates that Warehouse Battery Outlet, Inc is the only current vendor able to meet the agency�s needs for this requirement. The statutory authority for other than full and open competition is FAR 13.106-1(b)(1)(i), Only one responsible source. The North American Industry Classification Code (NAICS) for this acquisition is 335910, Battery Manufacturing, with a business size standard of 1,250 Employees. This is not a solicitation for competitive quotes, nor will one be posted on the Contract Opportunities website. The determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. However, if any interested party believes that it is capable of meeting the requirements, all responsible sources may submit a Capability Statement in accordance with this notice, which may be considered by the agency if received on or before 11:00 AM EST on July 16, 2025. The Capability Statement must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the requirements. All electronic correspondence shall be submitted to the Contract Specialist, Chelsea Vera, Chelsea.vera@noaa.gov and have the subject line read: Announcement Number: 141016-25-0037. This notice will remain open from July 2, 2025 to July 16, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bca16449f7cd4c33abb116ee2d84b5f0/view)
- Place of Performance
- Address: Chesapeake, VA 23320, USA
- Zip Code: 23320
- Country: USA
- Zip Code: 23320
- Record
- SN07496855-F 20250704/250702230041 (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 |