MODIFICATION
66 -- Sources Sought Notice: Water Vapor Sensing System II (WVSS-II) sensors
- Notice Date
- 7/9/2025 9:54:38 AM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- SSN-WVSSII
- Response Due
- 7/23/2025 12:00:00 PM
- Archive Date
- 08/07/2025
- Point of Contact
- Paul Thomas, Jennifer Roesner
- E-Mail Address
-
paul.thomas@noaa.gov, Jennifer.Roesner@noaa.gov
(paul.thomas@noaa.gov, Jennifer.Roesner@noaa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- THIS IS NOT A REQUEST FOR QUOTE THIS IS A REQUEST FOR INFORMATION FOR MARKET RESEARCH ONLY NO AWARD WILL BE MADE FROM THIS NOTICE Sources Sought Notice 1. Introduction This is being released for informational purposes to assist the Department of Commerce, National Oceanic and Atmospheric Administration, National Weather Service (NWS), Office of Observations, and is subject to change. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal, Request for Quotation, or Invitation for Bid. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. The Government will is not responsible for any costs incurred in response to this notice. 2. Purpose and General Information This notice is issued as part of the Government�s overall market research activity. The intent is to identify potential sources that possess the expertise, capabilities, and experience to fulfill the requirements detailed below: The Government is seeking to procure newly manufactured Water Vapor Sensing System II (WVSS-II) sensors. The WVSS-II sensors shall be installed on existing commercial aircraft to increase meteorological data available to the NWS. The actual obtaining/ingesting of meteorological data is not part of this requirement. Current NWS commercial meteorological data contracts already exist and will be utilized for the additional aircraft-based meteorological observational data. WVSS-II sensor measurements enhance weather forecast models by improving accuracy of predications and warnings of thunderstorms, flash floods, hail, tornadoes, clouds, icing, and other meteorological events, thereby increasing safety of life and property. WVSS-II sensors have been in operational use at United Parcel Service and Southwest Airlines beginning in early October of 2009. The WVSS-II sensor is designed for measurement of atmospheric water vapor from commercial aircraft, in conjunction with the NWS Commercial Data Program. The WVSS-II sensors provide vertical profiles of wind speed and direction, temperature, pressure, and related meteorological variables at high vertical resolution in the atmosphere from takeoff to cruise level, and multiple vertical heights, similar to radiosondes, adding to the existing aircraft data. The WVSS-II sensor uses tunable diode laser absorption spectroscopy technologies to measure water vapor concentrations along the aircraft flight path, with data communications to the ground by commercial carriers using existing aircraft communications pathways. 3. Specific Small Business and Domestic Manufacturing Considerations The Government encourages responses from domestic small businesses that can manufacture the WVSS-II or provide technically similar products, that are produced within the United States. If your company does not currently possess the full capability to fulfill the requirement, please indicate any teaming arrangements, joint ventures, or subcontracting partnerships you would establish. Evidence of these arrangements, such as letters of intent or agreements, is encouraged but not required. 4. Communications All information regarding this notice shall be submitted via email to the contacts listed below no later than July 23, 2025 at 15:00 Eastern Time. Primary Points of Contact: Paul Thomas, paul.thomas@noaa.gov Jennifer Roesner, jennifer.roesner@noaa.gov Communications with regard to this notice shall only be permitted in writing during the notice response period. 5. Response Submission Instructions If, after reviewing this document, you desire to respond to this notice, you should reply via email with the corresponding responses to the questions and any capabilities statement to include the following: Cover/Transmittal Technical Packet to include manufacturing location 5.1. Cover/Transmittal Letter Interested parties should provide the following information in its Cover/Transmittal Letter: Company name, division, mailing address, email address, and website (if applicable). Point of contact, title, phone number, and email address. Unique Entity Identifier (UEI) and confirmation of System for Award Management (SAM) registration. State your firm�s socio-economic status Please provide any relevant GSA Schedule contracts, government-wide acquisition contracts, Best in Class contracts (e.g., 8(a) STARS II, Alliant 2, VETS, NITAAC), or other applicable IDIQs your firm holds across the Government, including the corresponding schedule or contract numbers. 5.2. Technical Packet Interested parties should provide the following information in its Technical Packet: Water Vapor Sensor name, part number, and model number Sensor specifications (technical capabilities, brochures, field tests, etc.) Narrative as to why your firm believes it is technically capable, as applicable. Manufacturing information (location, capacity of manufacturing, etc.) Arrangements with commercial aircraft companies to install the sensor on their aircrafts The Government is not seeking proprietary information but recognizes that responses may include proprietary data. Respondents should clearly mark proprietary content and provide the necessary FOIA protection statements. Information submitted may be subject to disclosure under the FOIA, but the Government will take appropriate steps to protect such information from disclosure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/94ab439456e74ce9850d422238a77d15/view)
- Place of Performance
- Address: Calgary, CA-AB, CAN
- Country: CAN
- Country: CAN
- Record
- SN07502699-F 20250711/250709230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |