SPECIAL NOTICE
X -- Notice of intent to renew tower and associated space for National Weather Radio in 7 locations
- Notice Date
- 6/17/2025 3:23:31 AM
- Notice Type
- Special Notice
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION US
- ZIP Code
- 00000
- Solicitation Number
- NOAA_NWS_NWR_06172025
- Response Due
- 7/1/2025 1:30:00 PM
- Archive Date
- 07/16/2025
- Point of Contact
- Chris Townsend, Phone: 3016280930
- E-Mail Address
-
christian.townsend@noaa.gov
(christian.townsend@noaa.gov)
- Description
- Notice of Intent to Negotiate Lease Renewals for the following National Weather Radio (NWR) Tower Sites: Montezuma, IA - 16EKW0025C Phenix City, AL - 17EKW0043C Rock Island, IL - 12EKW0078C Storm Lake - IA - 16EKW0076C Wausaukee, WI - 15EKW0008C Youngstown, OH - 15EKW005C Yorkville, IL - 15EKW0086C Nature and/or Description of the Action Being Approved: The National Oceanic and Atmospheric Administration (NOAA) currently leases tower and shelter space at seven separate locations that support the operations of the National Weather Radio (NWR) program. Each of these leases is approaching expiration, with terms concluding in the near future. NOAA intends to enter into negotiations and exercise renewal options at the respective existing locations for an additional five-year period to ensure continued service delivery. Description of the Supplies or Services Required to Meet the Agency�s Needs (Including Estimated Value): NOAA has confirmed the ongoing operational need for the use of tower and shelter space across multiple NWR broadcast locations. After conducting site-specific market research and cost-benefit analyses at each of the locations, it has been determined that remaining in place at the current sites is in the best interest of the Government. In order to maintain uninterrupted NWR broadcasting services, NOAA plans to negotiate and execute five-year lease renewal agreements for these existing tower sites. Identification of the Statutory Authority Permitting Other Than Full and Open Competition: 41 U.S.C. 3304(a)(1) � Only one responsible source and no other supplies or services will satisfy agency requirements. Demonstration That the Acquisition Requires Use of the Authority Cited: Pursuant to GSAR 570.402-6, the Government has determined that attempting to relocate NWR infrastructure to alternate sites would result in significant relocation costs and/or duplicative expenditures. These costs cannot reasonably be recovered through competitive lease actions, justifying use of the cited authority. Description of Efforts to Solicit as Many Sources as is Practicable: NOAA�s notice of intent to renew leases for the seven NWR tower sites is posted on SAM.gov in an effortt to solicit as many sources as pacticable. Interested parties should submit the attached Informational Quote Request form. Demonstration That Anticipated Cost Will Be Fair and Reasonable: In accordance with FAR 6.303-2(b)(7), anticipated lease renewal costs have been evaluated against recent market research and determined to be fair and reasonable across all locations. Description of Market Survey Conducted: A comprehensive search of alternative tower structures was conducted using resources such as the FCC Antenna Structure Registration database. Other Factors Supporting Justification: For each of the locations, the existing leased site represents the only viable solution that meets NOAA's technical specifications, offers cost efficiency, and avoids unnecessary relocation expenditures that cannot be recovered over a five-year lease term. List of Sources That Expressed Interest in the Acquisition: No alternative sources have expressed interest in providing the required tower and shelter space at any of the locations during the market research period. Interested parties should submit the attached Informational Quote Request form. Future Actions to Overcome Barriers to Full and Open Competition: NOAA will continue to monitor market conditions, re-engage with potential providers, and reassess infrastructure alternatives at each of the eight sites prior to any future lease actions to identify any newly available competitive options. Technical Requirements Personnel Certification: I certify that the supporting data used to form the basis of this justification is complete and accurate to the best of my knowledge and belief.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/30b53e6bfb6141daa8fcaa40cd13f3d9/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07480113-F 20250619/250617230046 (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 |