Radiosondes
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 Department of the Army / W6QM MICC-YUMA PROV GRD has issued a Justification and Approval (J&A) for the sole source award of a Firm-Fixed-Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Radiosondes. This J&A, published on February 10, 2026, pertains to contract W9124R-26-D-A001, which was awarded on February 5, 2026, to Vaisala Inc.
Purpose & Scope
This procurement is for the continuous supply of Vaisala expendable RS41 GPS type radiosondes (part numbers RS41-SG, RS41-SGM, and RS41-SGE) for the U.S. Army Yuma Test Center (YTC) Meteorology Team. These radiosondes are integral to the existing DigiCORA® Sounding System, transmitting critical meteorological data including pressure, temperature, humidity, wind speed, and wind direction. The supply supports YTC and other Army Test and Evaluation Command (ATEC) centers at Yuma Proving Ground, AZ.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ)
- Estimated Value: Maximum of $3,525,000.00
- Period of Performance: Five 1-year ordering periods, from November 9, 2025, through November 8, 2030
- Annual Maximum Quantity: 4,000 radiosondes
- Minimum Order Quantity: 30 radiosondes per year
Justification for Sole Source
Vaisala Inc. was identified as the only responsible source due to proprietary rights, OEM status, and system compatibility with the existing DigiCORA® Sounding System. Alternatives, including competitive acquisition, replacement of existing systems, and reestablishing orders through Vaisala's GSA schedule, were considered and deemed incompatible, too costly, or uncertain. Market research, including Sources Sought notices, confirmed Vaisala, Inc. as the only technically acceptable source. The authority cited for this sole source procurement is Simplified Procedures for Certain Commercial Items, FAR 13.501.
Set-Aside
Not applicable as this is a sole source justification.
Contact Information
- Primary: Kristen Long (kristen.m.long6.civ@army.mil, 928-328-2978)
- Secondary: Teresa Dinwiddie (Teresa.v.dinwiddie.civ@army.mil, 928-328-2357)