Vaisala Ultrasonic Wind Sensor
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 Oceanic and Atmospheric Research (OAR), Special Operation and Research Division, is conducting market research through a Sources Sought notice to identify qualified businesses capable of providing Vaisala Ultrasonic Wind Sensors. The agency requires nineteen (19) Vaisala WMT700 series heated 2-D sonic anemometers for meteorological data collection near the Idaho National Laboratory (INL). Responses are due May 14, 2026.
Scope of Work
NOAA requires these sensors to measure horizontal wind speed, direction, and variability to determine atmospheric flow and stability for emergency response plume modeling. The current notice identifies the Vaisala WMT700 series as the only known instrument meeting needs, and seeks to identify any other products that meet the full requirements. These data are crucial for daily weather forecasts, spot forecasts, weather surveillance, warnings, long-term data records, environmental compliance, and emergency response.
Key Requirements
The required sensors must meet specific performance criteria:
- Wind Speed: Observation range 0-65 m/s, starting threshold 0.01 m/s, accuracy ±0.1 m/s or 2% of reading (0-75 m/s).
- Wind Direction: Observation range 0-360°, starting threshold 0.1 m/s, accuracy ±2°.
- Powering: Operating voltage 9-36 V DC, heating voltage 24-36 V DC, heated transducers/arms/body with average 250 W peak 350 W at 24 V DC.
- Mechanical: Dimensions 348 x 250 x 285 mm, weight 1.8 kg, stainless steel body/arms/mounting kit, silicone transducers.
- Quantity: Nineteen (19) units, with separate caging for bird protection and pole mounting adapters.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 334513 (Size Standard: 750 employees)
- Set-Aside: None specified (market research stage, seeking all business types including small, HUBZone, 8(a), SDVOSB, WOSB, and large businesses).
- Response Due: May 14, 2026
- Published: April 28, 2026
- Delivery: 60 days from date of award (if a future award occurs).
Submission Requirements
Interested firms must provide a brief narrative (max 3 pages) and documentation supporting capability and experience. Submissions must include firm's name, address, point of contact, telephone number, UEID, CCR CAGE Number, and business type/size.
Additional Notes
This is a SOURCES SOUGHT notice for information gathering only and is not a request for proposal. No solicitation document is available, and no contract will be awarded based on responses to this notice. The government will use responses to make appropriate acquisition decisions.