Skip to content
Department of Commerce

ClearWater Sensors Phosphate Sensor with Cartridge and USB Programming Cable

Solicitation: 145025-26-0015JRW
Notice ID: f8f9671db0ca4f98861960d9e7976d76
TypeSources SoughtNAICS 334513PSC6655DepartmentDepartment of CommerceAgencyNational Oceanic And Atmospheric AdministrationPostedMar 26, 2026, 12:00 AM UTCDueApr 02, 2026, 11:00 PM UTCExpired

Sources Sought from NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION • COMMERCE, DEPARTMENT OF. Place of performance: United States. Response deadline: Apr 02, 2026. Industry: NAICS 334513 • PSC 6655.

Market snapshot

Awarded-market signal for NAICS 334513 (last 12 months), benchmarked to sector 33.

12-month awarded value
$11,202,857
Sector total $48,626,233,876 • Share 0.0%
Live
Median
$78,944
P10–P90
$33,570$166,482
Volatility
Volatile168%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-17%(-$1,038,225)
Deal sizing
$78,944 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 →
Live POP
Place of performance
United States
Contracting office
Seattle, WA • 98115 USA

Applicable Wage Determinations

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

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Jamie Rosales
Email
jamie.rosales@noaa.gov
Phone
3035786951

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 334513

Description

Notice Number: 145025-26-0015JRW

Notice Type: Sources Sought Synopsis

Title: ClearWater Sensors Phosphate Sensor with Cartridge and USB Programming Cable

Response Date: April 2, 2026

This is a SOURCES SOUGHT SYNOPSIS 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 Synopsis will be used by the Government in making appropriate acquisition decisions.

The NOAA Oceanic and Atmospheric Research (OAR), Great Lakes Environmental Research Laboratory (GLERL) provides scientific understanding to inform the use and management of Great Lakes and coastal marine environments. By measuring active Phosphorus in the water, NOAA will be able to refine in their HABs prediction model. The GLERL requires quantity one (1) ClearWater Sensors Phosphate sensor with one (1) 1000 reading cartridge and USB deployment cable.

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. This wet chemistry based sensor will calculate an output in either uM or mg/L of phosphorus from In-Situ samples. It provides on-board reagent cartridges for long term in-situ deployments. The depth rating, reagent abilities, sample ratio, along with the ability to store waste in an on-board canister is unique the requirements of the GLERL.

SPECIAL REQUIREMENTS/ESSENTIAL SALIENT FEATURES:

Products have the following specifications:

  • Instrument must be compact. Size cannot exceed 56 cm height and 16 cm width
  • It must weigh less than 6.8 kg in air with reagents on board for our mooring purposes
  • It must work on an LED wavelength of 870 nm
  • It must draw no more than 1.8W at max capacity
  • It must have either RS233/RS485 communications output
  • It must have a detection limit of Less than or equal to .02 uM
  • It must have a range of zero to 100 uM
  • It must be able to internally record at least 1GB of memory
  • It must have a sample rate of at least a sample/6 minutes
  • Reagents must be enclosed in plastic cartridges.
  • It must be able to record 1000 samples at a minimum
  • Software and communications cables must be provided by vendor
  • Must have a depth rating of 6000m
  • Must operate within a temperature range of 0-35 deg C
  • Waste must be stored in on-board canister
  • Must have a deployment cable (open tail) 5 meters in length

DELIVERY SCHEDULE:

Deliver by 30 days after 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 SYNOPSIS 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.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.