Skip to content
Department of Commerce

Sole Source VectorNav Units

Solicitation: 142082-26-0153
Notice ID: c7aa21f7d76f483081778894d0c304a9

Presolicitation from NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION • COMMERCE, DEPARTMENT OF. Place of performance: MS. Response deadline: Mar 06, 2026. Industry: NAICS 334511 • PSC 6660.

Market snapshot

Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,902,979,568
Sector total $20,341,046,444 • Share 9.4%
Live
Median
$71,089
P10–P90
$27,174$1,872,385
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
9.4%
share
Momentum (last 3 vs prior 3 buckets)
+6156%($1,843,097,188)
Deal sizing
$71,089 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MS
Live POP
Place of performance
Stennis Space Center, Mississippi • 39529 United States
State: MS
Contracting office
Norfolk, VA • 23510 USA

Point of Contact

Name
Tyran Claypool
Email
tyran.claypool@noaa.gov
Phone
Not available

Agency & Office

Department
COMMERCE, DEPARTMENT OF
Agency
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Subagency
DEPT OF COMMERCE NOAA
Office
Not available
Contracting Office Address
Norfolk, VA
23510 USA

More in NAICS 334511

Description

The National Oceanic and Atmospheric Administration’s (NOAA) Acquisition and Grants Office, Eastern Acquisition Division-Kansas City intends to negotiate and award a purchase order, on a sole source  basis, under authority of RFO FAR 6.103-1, with VectorNav Technologies for VN-100T-CR Wave Sensors to be delivered/performed at Stennis Space Center, MS. The sole source determination is based on NOAA’s compatibility to existing systems or equipment.

Sole Source Justification:

NDBC conducted market research to find a suitable replacement that would fit the current configurations on their observation stations. Ultimately it was narrowed to three products. Tests at NDBC showed the
VectorNav VN100T-CR outperformed the other two products in those tests. NDBC intends to replace all of the old 3DM-GX1 systems with the VectorNav sensor.

The VectorNav VN100T-CR is a miniature, high-performance Inertial Measurement Unit (IMU) and  Attitude Heading Reference System (AHRS). It combines 3-axis accelerometers, gyros, and  magnetometers into one device. The sensor interfaces to NDBC equipment to process the sensor  measurements into wave products. In prior years, the NDBC learned that Lord Microstrain was  planning to cease production of the 3DM-GX1 sensor which is the NDBC’s present operational sensor.  Since that time, the NDBC has modified its wave system interface firmware to read the VN100T-CR input data stream and performed initial lab and field tests to confirm proper operation. Now the NDBC has mounted the sensor in place of the older obsolete part inside the operational tube. These sensors being purchased will be used to modify operational tubes to use the new VN100T-CR sensor. If the VN100T-CR product is not procured, the NDBC will reach a point where it cannot meet its requirement for wave observations due to lack of functioning sensors. Should another brand be procured, the NDBC would have to modify mounting and interface firmware, thus incurring more costs. Tests already completed for the VN100T-CR would have to be re-conducted. This includes field testing. These tests are required to confirm proper operation and quality of the measurements. Thus, the cost to the government would greatly increase and wave observations at some stations may not be possible until the required testing could be completed.

This pre-solicitation notice is not a request for competitive proposals and no solicitation package is available. However, firms that believe they can fully meet the government's requirements may submit substantiating documentation or a request for additional information in writing to the (Contract Specialist) within 15 days after publication of this pre-solicitation notice. Such requests and documentation will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the government not to conduct a competitive procurement, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this pre-solicitation notice.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.