NOAA: Deep Argo, Core Argo, and Biogeochemical Argo Floats
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Oceanic and Atmospheric Administration (NOAA), specifically the Western Acquisition Division (WAD) and Pacific Marine Environmental Laboratory (PMEL) in Seattle, WA, is conducting a Sources Sought Notice for Deep Argo, Core Argo, and Biogeochemical Argo Floats. This market research aims to identify sources capable of providing working floats for NOAA's critical ocean monitoring, observing, and prediction programs. Responses are due by March 19, 2026, at 10:00 AM Mountain Time.
Scope of Work
PMEL requires robotic profiling floats to measure and report ocean temperature and salinity, supporting the global Argo program. These floats are vital for operational weather and ocean nowcasting, forecasting, and seasonal outlooks, impacting life, property, commerce, and national security. NOAA is seeking vendors already capable of providing these floats, not for design or development.
Anticipated annual quantities include:
- Deep Argo Floats: 1-31 per year
- Core Argo Floats: 1-50 per year
- Biogeochemical Argo Floats: 1-34 per year
Key Requirements
Floats must meet specific technical criteria:
- Profiling Capability: To at least 2000 dbar (Core/Biogeochemical) or 6000 dbar (Deep) with nominal 10-day cycles.
- Sensors: Core floats require CTDs; Biogeochemical floats require additional sensors (pH, oxygen, nitrate, optical backscatter, chlorophyll fluorescence, downwelling irradiance).
- Data Transmission: Via Iridium system with short surface time (< 30 minutes).
- Reprogrammability: Remotely via Iridium.
- Ice Detection: Capability to detect and avoid sea ice.
- Self-Testing: Subsystem tests within a 2-hour window.
- Packaging: Durable, internationally and air shippable crates compatible with forklifts/pallet jacks.
- Deployment: Easily deployable from a research vessel by 1-2 people.
- Documentation: Specialty equipment, instructions, training, and calibration documents.
Performance Standards
- Accuracy: Specific requirements for temperature, salinity, and pressure measurements.
- Energy: Sufficient for at least 200 10-day cycles.
- Weight: Core Argo floats 26 kg or less (lighter preferred).
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract: Indefinite Delivery, Indefinite Quantity (IDIQ) with Firm-Fixed-Price Delivery Orders.
- Ordering Period: Anticipated five (5) years.
- NAICS Code: 334519, Other Measuring and Controlling Device Manufacturing (Size Standard: 600 employees).
- Delivery: FOB Destination to NOAA/PMEL in Seattle, WA, within 12 months of order receipt.
- Response Due: March 19, 2026, 10:00 AM Mountain Time.
- Published: February 25, 2026.
Submission Details
Companies capable of meeting these requirements are invited to respond via the Google Portal Link: https://forms.gle/TDEBSieaekFq1c3P7. Respondents must be registered in SAM. This is for market research only and does not obligate the Government to any further action or contract award. No proprietary, classified, or sensitive information should be included.
Contact Information
- Primary: Heidi Washburn (heidi.washburn@noaa.gov)
- Secondary: Remo Dela Cruz (remo.dela-cruz@noaa.gov)