Skip to content
Department of Commerce

3rd Generation (3G) Environmental Sample Processor (ESP) Surface Plasmon Resonance (SPR) Integration and Support Services

Solicitation: REQUIREMENTS-25-3806
Notice ID: edb188da83d7485ab913baa00e1ebdae
TypeSources SoughtNAICS 541690DepartmentDepartment of CommerceAgencyNational Oceanic And Atmospheric AdministrationStateMIPostedMar 19, 2026, 12:00 AM UTCDueMar 25, 2026, 04:00 PM UTCExpired

Sources Sought from NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION • COMMERCE, DEPARTMENT OF. Place of performance: MI. Response deadline: Mar 25, 2026. Industry: NAICS 541690.

Market snapshot

Awarded-market signal for NAICS 541690 (last 12 months), benchmarked to sector 54.

12-month awarded value
$18,584,698
Sector total $5,897,831,023,048 • Share 0.0%
Live
Median
$140,058
P10–P90
$140,058$140,058
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+307%($11,258,335)
Deal sizing
$140,058 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 MI
Live POP
Place of performance
Muskegon, Michigan • United States
State: MI
Contracting office
Seattle, WA • 98115 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MI20260089 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Michigan • Lapeer
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
BOILERMAKER
Base $43.50Fringe $36.74
+41 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 41 more rate previews.
Davis-BaconBest fitstate match
MI20260089 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Lapeer
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
BOILERMAKER
Base $43.50Fringe $36.74
Rate
BRICKLAYER
Base $38.00Fringe $26.49
+40 more occupation rates in this WD
Davis-Baconstate match
MI20260151 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Shiawassee
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
BOILERMAKER
Base $43.50Fringe $37.64
Rate
BRICKLAYER
Base $38.00Fringe $26.49
+35 more occupation rates in this WD
Davis-Baconstate match
MI20260068 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Newaygo
Rate
CARPENTER, Includes Form Work
Base $31.50Fringe $21.15
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $45.98Fringe $25.25
Rate
GROUP 2
Base $41.25Fringe $25.25
+26 more occupation rates in this WD
Davis-Baconstate match
MI20260070 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Ottawa
Rate
CARPENTER, Includes Form Work
Base $31.50Fringe $21.15
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $45.98Fringe $25.25
Rate
GROUP 2
Base $41.25Fringe $25.25
+25 more occupation rates in this WD

Point of Contact

Name
Anthony Eubanks
Email
anthony.eubanks@noaa.gov
Phone
Not available
Name
Remo Dela Cruz
Email
remo.dela-cruz@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
Seattle, WA
98115 USA

More in NAICS 541690

Description

SOURCES SOUGHT NOTICE

3rd Generation (3G) Environmental Sample Processor (ESP) Surface Plasmon Resonance (SPR) Integration and Support Services

REQUIREMENTS-25-3806

This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal or Quotation. It is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided.

Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to:

  1. Determine if sources capable of satisfying the agency's requirements exist.
  2. Determine whether the acquisition should utilize any of the small business programs in accordance with FAR Part 19.

Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.

Requirement: This notice is issued by the National Oceanic and Atmospheric Administration (NOAA) Western Acquisition Division (WAD) and Great Lakes Environmental Research Laboratory (GLERL) to identify sources capable of providing the following:

The use and assistance in deploying, embedding into an uncrewed surface vehicle (USV), and calibration of a 3G ESP with an SPR analytical module, which is designed to collect both eDNA samples and determine phycotoxin concentrations in situ. The project includes assessing the USV capability to conduct event-based response deployments, monitoring harmful algal blooms, understanding phytoplankton community dynamics, and assisting with public health associated with phycotoxins in Great Lakes and Alaska.

See Attachment 1 – Draft Performance Work Statement for further details on this requirement.

Anticipated Contract Type: A firm-fixed price purchase order is anticipated for award.

Anticipated Contract Length: The anticipated length of the purchase order is three years, consisting of one base year and two option years.

NAICS Code/Size Standard: The applicable NAICS Code is 541690, Other Scientific and Technical Consulting Services, and the size standard is $19.0M.

Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice through either option below.

Responses shall be received no later than March 25, 2026 at 10:00 AM Mountain Standard Time.

Option 1: Companies may respond to this Sources Sought Notice by using the Google Portal Link below.

https://forms.gle/hi9H8oUb4wSukRbCA 

Option 2: Companies may respond to this Sources Sought Notice by emailing the Contract Specialist at      anthony.eubanks@noaa.gov and the Contracting Officer at remo.dela-cruz@noaa.gov.

Please provide the following information/documentation:

  1. Name of Company, Address and Unique Entity ID.
  2. Point of Contact and Phone Number.
  3. Business Size applicable to the NAICS Code.
  4. Subcontracting:
    • In your estimation, how much (in percent) of this potential requirement would your company need to subcontract to other companies?
  5. Statement for Quote Submission:
    • Confirmation that your company anticipates submitting a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.
    • Brief statement on how your company will perform the work.
  6. Relevant Requirement Experience:
    • Evidence of experience in work similar in type and scope to include contract numbers, project titles, points of contact and telephone numbers.
    • Confirm your company’s capacity to perform the required work included in Attachment 1 – Draft Performance Work Statement. 
  7. GSA:
    • Is your company currently a General Services Administration (GSA), Multiple Award Schedule (MAS) holder?
    • Provide relevant GSA contract information applicable to this requirement.​​​​​​​
  8. GWAC:
    • If your company is currently a Government-wide Acquisition Contract (GWAC) holder, provide relevant contract information applicable to this requirement.
  9. Further Comments
    • If you have any further comments you would like to provide, please do so.

Interested parties: Need to be registered in the System for Award Management (SAM).  Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement.

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.

After a review of the responses received from this notice, a pre-solicitation notice and solicitation may be published on the Governmentwide Point of Entry (GPE). It is the potential offeror's responsibility to monitor the GPE for release of any future solicitation that may result from this Sources Sought Notice. Responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

Files

Files size/type shown when available.

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.