Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SOLICITATION NOTICE

H -- CSL Aircraft Racks

Notice Date
6/18/2025 6:09:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
1305M325Q0171
 
Response Due
6/25/2025 9:00:00 PM
 
Archive Date
06/26/2025
 
Point of Contact
Isabel Vigil, Phone: 3035788031
 
E-Mail Address
isabel.vigil@noaa.gov
(isabel.vigil@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION Purchase of aircraft-certified rack components. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M325Q0171. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 (Jun 2025) (Deviation 2025-07) (May 2025) (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 336413. The small business size standard is 1,250 employees. (v) This combined solicitation/synopsis is for purchase of the following commercial items: CLIN 0001 Purchase of specialized components required for assembling the 12 aircraft racks in accordance with the Statement of Need. Deliver within 4 weeks after date of award. All offered products must meet the requirements of Buy American-Supplies to be considered. Provide verification of country of manufacture for offered products. (vi) Description of requirements is as follows: See attached Statement of Need STATEMENT OF NEED DEPARTMENT OF COMMERCE (DOC) NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) OFFICE OF OCEANIC AND ATMOSPHERIC RESEARCH (OAR) CHEMICAL SCIENCES LABORATORY (CSL) PURPOSE: The NOAA Chemical Sciences Laboratory Tropospheric Chemistry Group (CSL7) requires the purchase of specially manufactured components to build 12 aircraft-certified racks that will be used for housing instrumentation. The aircraft-certified instrument racks are mission-critical equipment for the upcoming AiRMAPS (Airborne and Remote sensing Multi Air Pollutant Surveys) field campaign. NOAA CSL7 has already worked with the NOAA Aircraft Operations Center (AOC) in Lakeland, FL, to create a rack design that is pre-approved for NOAA aircraft (such as the P-3) . All parts must meet exact technical specifications, specific machining standards, must be composed of specific aluminum alloys, and must be able to withstand 5G forces. NOAA CSL7 now needs to purchase enough parts for 12 aircraft instrument racks, which will then be subsequently assembled at the lab, and then deployed on NOAA aircraft during the AiRMAPS field campaign which is projected to continue into 2028. Inability to purchase these materials would compromise both immediate and far-reaching mission objectives to survey air pollutants across the United States. The aircraft rack components will be delivered within 4 weeks after purchase. SCOPE OR MISSION: The NOAA Chemical Sciences Laboratory performs state-of-the-art air quality measurements to support forecasting models, inform air quality manager decision making, and conduct cutting-edge research. This could not be accomplished without the custom instrumentation designed, built, and deployed by NOAA CSL7 on aircraft during large-scale field campaigns (such as AiRMAPS) to survey and do chemical measurements on the atmosphere across urban and rural areas of the United States. BACKGROUND: The current inventory of aircraft racks used for NOAA CSL7 missions no longer meet certifications to fly on NOAA aircraft, as well as on other platforms operated by research partners, such as NASA and NSF. Scientific instruments deployed during field missions must be securely housed in aircraft-certified racks that can withstand the significant forces and maneuvering that occur during flight. NOAA CSL7 has worked with both the NOAA Aircraft Operations Center (AOC) in Lakeland, FL to design a new instrument rack prototype that has been demonstrated to meet aircraft rack certification standards and fulfill mission requirements. A quantity of 12 such aircraft racks are needed for housing scientific instrumentation in order to conduct in-flight measurements and surveys during the upcoming AiRMAPS field campaign. Therefore, this purchase order request will provide the numerous specialized components required for assembling the 12 aircraft racks ahead of deploying them during upcoming field missions. TECHNICAL SPECIFICATIONS: Rack components have been designed by Pagnotta Engineering and have been approved by NOAA Aircraft Operations (AOC) in Lakeland, FL, for flight on the NOAA P-3 aircraft. All parts must meet exact technical specifications to ISO 9001:2015 machining standards. All parts must be composed of aluminum alloys 6061 or 7075. SHIP TO ADDRESS: To: DOC/NOAA/CSL Attn: Matthew Coggon 325 Broadway MC:R/CSL7 Room 1A 104 Boulder, Colorado USA 80305 SHIP USING: Shipping is covered by vendor (vii) Date(s) and place(s) of delivery and acceptance: Deliver within 4 weeks after date of award. Delivery shall be FOB Destination to 325 Broadway MC:R/CSL7 Room 1A 104 Boulder, Colorado USA 80305 (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer, unless the offeror�s Reps & Certs section on SAM.gov is accurate and current. Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 12:00PM MST/MDT on 6/26/2025. All quotes must be submitted electronically via email to Isabel.Vigil@noaa.gov. (xvi) Any questions regarding this solicitation should be submitted electronically via email to Isabel.Vigil@noaa.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90f10a31ea02401b87799183aa84b425/view)
 
Place of Performance
Address: Boulder, CO, USA
Country: USA
 
Record
SN07482322-F 20250620/250618230332 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.