Sea-Bird Routine Repair and Maintenance Services
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), Western Acquisition Division, intends to award a firm-fixed price purchase order on a sole-source basis to SEA-BIRD ELECTRONICS, INC. for routine repair and maintenance services of oceanographic sensors. This presolicitation notice allows other firms to submit documentation if they believe they can meet the government's requirements. Responses are due by April 16, 2026.
Scope of Work
This requirement is for comprehensive service and calibration of specific Sea-Bird Electronics oceanographic sensors to ensure continued operation and accuracy for the Northeast Fisheries Science Center (NEFSC) Ecosystems Surveys Branch. Key services include:
- Comprehensive Service and Calibration for SeaBird Electronics Conductivity, Temperature, and Depth (CTD) sensor model 49 (1 unit).
- Comprehensive Service and Calibration for Sea Bird Electronics CTD sensor model 37, including room temperature pressure characterization (1 unit).
- Comprehensive Service and Calibration for Triple Channel ECOs (EcoTriplet Sensor), excluding optics head replacement (1 unit).
- Post-Cruise Calibration for the Triple Channel Ecotriplet sensor (1 unit).
- Comprehensive Service and Calibration for Seabird Electronics 43 Dissolved Oxygen Sensor (1 unit). Optional services include antifouling device installation and service for additional instrumentation. All services must be performed annually by the original equipment manufacturer (OEM).
Contract & Timeline
- Type: Presolicitation (Sole Source Intent, Firm-Fixed Price Purchase Order)
- Set-Aside: Unrestricted (intended sole source)
- Authority: FAR 12.102(a) and 41 U.S.C. 1901
- Period of Performance: Base year (April 1, 2026 - March 31, 2027) plus four one-year option periods, extending through March 31, 2031.
- Delivery Location: DOC/NOAA/NMFS, 166 Water Street, Woods Hole, MA 02543.
- Response Due: April 16, 2026, 4:00 PM ET
- Published: April 2, 2026
- Anticipated Award: April 2026
Evaluation
This is not a request for competitive proposals. Firms that believe they can fully meet the government's requirements, particularly the OEM-specific service requirement, may submit substantiating documentation or a request for additional information in writing to the identified point of contact. Responses will be evaluated to determine if a competitive procurement is warranted.
Point of Contact
Jenna Taulman, Contracting Officer Email: jenna.taulman@noaa.gov