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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED.
This synopsis/solicitation 1333MK25Q0103 constitutes a Request for Quotation (RFQ) and incorporates provisions
and clauses in effect through Federal Acquisition Circular 2025-04
The National Oceanic Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), has a requirement for
3 Novatel PwrPak7D
The Delivery Date no later than 30 days ARO. The Place of Acceptance is:
WES CROUCH
AIRCRAFT OPERATIONS CENTER
3450 FLIGHTLINE DRIVE
LAKELAND FL 33811
The Novatel PwrPak7D (P/N: PW7720-GFD-LZN-CBN) is a high precision receiver for aircraft-based systems with a dual antenna system and utilizes an OEM7® Global Navigation Satellite System (GNSS) receiver.
The unit shall satisfy the following requirements:
Output Rate: up to 100Hz
Output Ports: 3 COM ports (RS-232) and 1 network port
Length (inches) 5.8
Width (inches) 4.9
Height (inches) 2.2
P/N: PW7720-GFD-LZN-CBN
MITIGATING SUPPLY CHAIN RISK [OCT 2023]
The Department of Commerce (DOC) utilizes a Supply Chain Risk Management (SCRM)
Program to identify, assess, and monitor supply chain risks of critical vendors. The Government
may use any information, public and non-public, including all-source intelligence for its analysis.
The Contractor agrees that the Government may, at its own discretion, perform audits of supply
chain risk processes or events consistent with other terms in the contract regarding access to
records and audits. An onsite assessment may be required. Through the information obtained
from a SCRM program, DOC may assess vendors and products through multiple risk lenses
such as national security, cybersecurity, compliance, and finance. If supply chain risks are
identified and corrective action becomes necessary, mutually agreeable corrective actions will
be sought based upon specific identified risks. Failure to resolve any identified risk may result in
contract termination.
FOB: Destination
Contract Type/Evaluation
The Government will award a firm fixed price contract based on Lowest Price Technically Acceptable (LPTA). Quote
shall include all costs associated with each CLIN unless otherwise indicated on the vendor’s quote.
This RFQ is 100% set aside for small businesses. The associated NAICS code is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a size standard of 1,350 employees.
Offeror Instructions
Each offeror must provide the following information with the quote:
1. The Request for Quote (RFQ) number;
2. The Name, Address, Telephone Number, and Unique Entity Identifier Number of the Offeror;
Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in
the RFQ. Quotes that reject the terms and conditions of the RFQ may be excluded from consideration;
3.
4. Acknowledgment of Solicitation Amendments (SF-30), if any, and;
Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the
5. requirements in the solicitation. This may include product literature, or other documents, as necessary.
Contractors who do not respond to items 1 through 5 may be considered non-compliant with the requirements of
the solicitation and no further consideration shall be given for award.
Questions
Three Novatel PwrPak7D GPS receivers
All questions must be submitted in writing to [email protected] by 12:00 A.M. Eastern on July 3rd, 2025.
Telephone inquiries will not be honored.
Quotation Submission Response
Quotes in response to this solicitation shall be submitted electronically via email by 12AM Eastern, on July 7th, 2025
to the following Government representative(s):
James Pritchard, Contract Specialist
208-827-1265
It is the Offeror’s responsibility to ensure that any submission transmitted to the specified Government
representative(s) is received prior to the due date specified herein.
Offerors are highly encouraged to contact the Government representative(s) specified above prior to the
solicitation’s stated time and date for receipt of offers to ensure the Government has received the submission.
Offers received after the date and time specified in this solicitation may be excluded from consideration.
The anticipated award date is on or about July 30th, 2025.
Contractors are encouraged to register with the Contract Opportunities Vendor Notification Service as well as the
Interested Vendors List for this acquisition (see applicable tab within Contract Opportunities where this
synopsis/solicitation is posted). Quoters must be registered in the SAM database to be considered for award.
Registration is free and can be completed on-line at http://www.sam.gov/.