RadarWindProfiler
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 NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a Sources Sought market survey to identify interested and capable businesses for a High Resolution Profiler System – Boundary Layer (HRPS‑BL) LAP3000 Radar Wind Profiler and RASS. This is for planning purposes only and is not a solicitation. Responses are due by May 4, 2026.
Purpose & Scope
This market survey aims to gather feedback to improve the acquisition process and identify small business capabilities for the procurement of a direct replacement Radar Wind Profiler (RWP) and Radio Acoustic Sounding System (RASS) for the Naval Postgraduate School (NPS) Meteorology Department in Monterey, CA. The existing LAP-3000 RWP-RASS is approximately 30 years old and experiencing performance issues, making this procurement critical for continuous high-resolution wind profiling data essential for student research, instructional support, and scientific projects.
Technical Requirements
The requirement is for a direct replacement LAP-3000 Radar Wind Profiler (RWP) (Scintec, Part Number: A050002) and a RASS Extension for LAP3000 (Scintec, Part Number: A050040). Key specifications for the RWP include: 915 MHz operating frequency, 800 W Peak RF power, lowest gate height ≤ 100 m, minimum range gate resolution ≤ 50 m, and wind accuracy ≤ 1 m/s. Software must not be locked to a single computer, allow post-processing of raw data, and include real-time plotting. The RASS Extension requires a 2-4 kHz operating frequency, minimum height ≤ 150 m, range gate resolution ≤ 50m, and virtual temperature accuracy ≤ 1 degC. The acquisition also includes crating, shipping, handling, installation, and training.
Contract & Set-Aside
This is a Sources Sought notice for planning purposes only; no contract will be awarded based on responses. The anticipated contract type for the future acquisition is Firm Fixed Price (FFP). While this is a market survey, the government anticipates a Total Small Business Set-Aside for the future acquisition, as indicated by the metadata. They also reserve the right to consider other socioeconomic programs (e.g., 8(a), HUBZone, SDVOSB, WOSB/EDWOSB). The applicable NAICS code is 334519 (Other Measuring and Controlling Instrument Manufacturing) with a 600-employee size standard. If a set-aside contract is awarded, FAR 52.219-14 (Limitations on Subcontracting) will apply.
Submission Requirements
Interested firms should submit a Capability Statement (maximum 10 pages, illustrations count towards limit) via email. The statement must include:
- Section 1: Corporate Description (Firm name, size status, CAGE Code, UEI, DUNS, ownership, certifications, points of contact, affiliate information).
- Section 2: Corporate Experience (Demonstrate capability to meet technical requirements using Attachment 2, including details on current work within the last 3 years).
Key Dates & Contacts
- Market Survey Closing Date: May 4, 2026, 1600 Pacific Daylight Time
- Deadline for Questions: May 1, 2026
- Primary Point of Contact: Kyle Westover (Kyle.D.Westover.civ@us.navy.mil, 619-556-7952)
- Technical Point of Contact (NPS): Ryan Yamaguchi (ryamaguc@nps.edu, 831-656-7645)
Important Notes
Costs incurred in preparing a response are not reimbursable. No capability briefings will be honored. This notice does not constitute a commitment by the Government.