Notice Type: Sources Sought Synopsis
Title: Aanderaa SeaGuard II
Response Date: August 13, 2025
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 U.S. Domestic businesses, which could include Small Business,
HUBZone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business firms and
even Large Businesses. Responses to this Sources Sought Synopsis will be used by the
Government in making appropriate acquisition decisions.
The National Oceanic and Atmospheric Administration (NOAA), Oceanic and Atmospheric Research (OAR), Pacific Marine Environmental Laboratory (PMEL), Ecossystems & Fisheries-Oceanography Coordinated Investigations (EcoFOCI) studies the physical oceanography of Alaskan waters. EcoFOCI requires SeaGuard II current meters to collect long-term measurements of ocean currents, temperature, and oxygen at key mooring sites in the Bering and Chukchi Seas to support ecosystem monitoring and fisheries management. These moorings support NOAA’s only sustained biophysical time series in the region, with core sites active for over 30 years. The SeaGuard II provides high-resolution measurements of ocean currents, dissolved oxygen, and pressure—key parameters for monitoring ecosystem change in Alaska’s marine environments. These data are critical for maintaining NOAA’s scientific and operational capabilities that support U.S. economic interests, including the management of commercially valuable fisheries and protection of maritime resources. This effort supports federal mandates under the Magnuson-Stevens Fishery Conservation and Management Act (16 U.S.C. §§ 1801–1882), as well as initiatives to modernize infrastructure and streamline federal operations under Public Law No. 117-58 and Public Law No. 117-169. Investing in modern, cost-effective instrumentation like the SeaGuard II ensures the continuity and integrity of foundational datasets that directly support sustainable fisheries, reduce long-term maintenance and operational costs, and advance American leadership in ocean science. Failure to replace outdated instruments threatens NOAA’s ability to support the billion-dollar commercial fishing industry in the Bering Sea and U.S. Arctic—jeopardizing regional food security and the economic vitality of Alaska and the US.
INTENDED USE/PURPOSE:
The intended purpose is to use these instruments to measure current, temperature, pressure and oxygen concentration on moored buoy arrays in Alaskan water. These parameters will help EcoFOCI to better understand the marine ecosystems of Alaska.
SPECIAL REQUIREMENTS/ESSENTIAL SALIENT FEATURES:
Quantity of two SeaGuard II instruments, complete with accessory instruments as described. Must include Battery Shells, Transit Cases, Mooring Frames, Protecting Rods, Battery Cartridges, pressure sensor, and oxygen sensor.
Seaguard II System
Diameter: 139mm
Length: 356mm
Depth rating: 300m
Data Storage: SD card up to 4GB
External supply voltage: 6-14v DC
Continuous, fixed-depth measurements over long deployment periods
The required included sensors (velocity, temperature, pressure, and dissolved oxygen) must be integrated within a single modular instrument housing.
Able to accept CANbus, analog and RS232 sensors
Current Meter
For speed:
Resolution: 0.1mm/s
Range: 0-300 cm/s
Accuracy: ±0.15cm/s
For Direction:
Range: 0–360° magnetic
Resolution: 0.01°
Accuracy: ±5° for 0-15° tilt or ±7.5° for 15-35° tilt
Optode (Oxygen Sensor)
Range: 0-1000 μM
Resolution: < 0.1 μM
Accuracy: < 2 μM
Response time: <25 sec
Drift: <0.5% per year
Temperature range: -5 to +40 C
Temperature resolution: 0.01 C
Temperature accuracy: ±0.03°C
Temperature drift: <0.03 deg C per year
Pressure sensor
Resolution: .0001%
Range: 0-4,000KPA
Accuracy: ±0.02% FSO standard
Temperature range: 0 to +36 C
Temperature resolution: 0.001 C
Temperature accuracy: ±0.05°C
DELIVERY SCHEDULE:
Deliver by December 31, 2025. (16 week vendor lead time)
The North American Industry Classification Code (NAICS) is 334516 with a size standard of
1000 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.