Loading...
145022-26-0006JRW
Response Deadline
May 14, 2026, 11:00 PM(MDT)10 days
Eligibility
Contract Type
Sources Sought
Notice Number: 145022-26-0006JRW
Notice Type: Sources Sought
Title: Vaisala Ultrasonic Wind Sensors
Response Date: May 14, 2026
This is a SOURCES SOUGHT and is not a pre-solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified businesses, which could include Small Business, HUBZone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business firms and even Large Businesses offering domestically manufactured products that meet the required specifications. Responses to this Sources Sought will be used by the Government in making appropriate acquisition decisions.
The National Oceanic and Atmospheric Administration (NOAA) Oceanic and Atmospheric Research (OAR), Special Operation and Research Division mission is to collect meteorological data on and near the Idaho National Laboratory (INL). Special Operation and Research Division requires nineteen (19) Vaisala WMT700 series heated 2-D sonic anemometers, with separate caging for bird protection and adapters for pole mounting, to measure horizontal wind speed, direction, and variability, to determine the flow of the atmosphere and atmospheric stability for emergency response plume modeling.
INTENDED USE/PURPOSE:
This is the only known instrument that can meet the Government’s needs, and this notice’s intent is to identify any other products that meet the full requirements listed below. These data collected are required to produce daily weather forecasts and spot forecasts for specific times and locations, conduct daily weather surveillance, generate severe and extreme weather warnings and advisories, provide long-term data records, collect environmental compliance data, and perform emergency response activities.
SPECIAL REQUIREMENTS/ESSENTIAL SALIENT FEATURES:
Wind speed measurement performance
Observation range: 0 … 65 m/s (145 mph)
Starting threshold: 0.01 m/s (0.0223 mph)
Resolution: 0.01 m/s (0.0223 mph)
Response time: 250 ms
Accuracy: 0 … 75 m/s (168 mph): ±0.1 m/s (0.2 mph) or 2 % of reading, whichever is greater
75 … 90 m/s (201 mph): ±5 % of reading
Wind direction measurement performance
Observation range: 0 … 360°
Starting threshold: 0.1 m/s (0.2 mph)
Resolution: 0.01°
Response time: 250 ms
Accuracy: ±2°
Powering specifications
Operating voltage: 9 … 36 V DC (absolute max. 40 V DC)
Heating voltage: 24 … 36 V DC (absolute max. 40 V DC)
Heating power supply requirement: Must have heated transducers, arms, and body, average 250 W Peak 350 W at 24 V DC
Messaging specifications
Readout update interval: 4 Hz (default) and 8 Hz (optional)
Units available: m/s, knots, mph, km/h, V, mA, Hz
Operating mode: Automatic message or poll mode
Virtual temperature: Celsius degrees
Mechanical specifications
Dimensions: (H × W × Ø 1)) 348 × 250 × 285 mm, (13.70 × 9.84 × 11.22 in)
Weight: 1.8 kg (4.0 lb)
Materials: Body and arms, mounting kit Stainless steel AISI 316, Transducers Silicone
Connector housing surface Nickel-plated brass.
DELIVERY SCHEDULE:
Deliver by 60 days from date of award.
The North American Industry Classification Code (NAICS) is 334513 with a size standard of 750 employees.
Interested firms shall provide, in writing, a brief narrative (no more than 3 pages in length) and documentation to support your firm’s capability and experience meeting the requirements herein and include your firm’s name, address, point of contact, telephone number, UEID Number, CCR CAGE Number, business type and size (i.e., small, large, non-profit, educational, etc.). Any response that does not include this information will not be considered. The Government will review your response to determine if your firm has the experience, knowledge and capability to provide the items as specified above.
This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise, that any procurement action may be issued for the Government’s requirements.
No entitlement to payment of direct or indirect costs or charges by the Government will arise because of the submission of contractor’s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
All contractors doing business with the Government are required to be registered and active with the System for Award Management (SAM) website.
NOTE: THIS SOURCES SOUGHT IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded based on responses received to this notice.
DEPARTMENT OF COMMERCE
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
DEPT OF COMMERCE NOAA
DEPT OF COMMERCE NOAA
WESTERN ACQUISITION DIVISION
7600 SAND POINT WAY NE BLDG 1,
SEATTLE, WA, 98115
NAICS
Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
PSC
PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS