NOAA Spends $148K on Teledyne Sound Velocity Probes from Seafloor Systems, Inc
Contract Overview
Contract Amount: $148,125 ($148.1K)
Contractor: Seafloor Systems, Inc.
Awarding Agency: Department of Commerce
Start Date: 2026-04-10
End Date: 2026-04-30
Contract Duration: 20 days
Daily Burn Rate: $7.4K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NOAA OMAO PROCUREMENT OF TELEDYNE SOUND VELOCITY PROBES FOR FLEET
Place of Performance
Location: EL DORADO HILLS, EL DORADO County, CALIFORNIA, 95762
Plain-Language Summary
Department of Commerce obligated $148,125 to SEAFLOOR SYSTEMS, INC. for work described as: NOAA OMAO PROCUREMENT OF TELEDYNE SOUND VELOCITY PROBES FOR FLEET Key points: 1. Procurement of specialized sound velocity probes for NOAA's fleet. 2. Competition was conducted under Simplified Acquisition Procedures (SAP). 3. The contract is a Firm Fixed Price purchase order. 4. The estimated completion date is April 30, 2026.
Value Assessment
Rating: good
The total award amount of $148,125 appears reasonable for specialized scientific instrumentation. Benchmarking against similar acoustic sensor procurements would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP, suggesting a limited competition approach. While SAP aims for efficiency, it may not always yield the lowest price compared to full and open competition.
Taxpayer Impact: The cost of these probes is a small fraction of NOAA's overall budget, indicating a minimal direct taxpayer impact from this specific procurement.
Public Impact
Enhances NOAA's oceanic research capabilities by providing accurate sound velocity data. Supports the operational readiness and data collection of NOAA's research vessels. Ensures the reliability of sonar and acoustic systems used in marine science.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP may not have secured the best possible price.
- Lack of detailed cost breakdown makes full value assessment difficult.
Positive Signals
- Procurement supports critical NOAA research missions.
- Firm Fixed Price contract provides cost certainty.
Sector Analysis
This procurement falls within the scientific and nautical instrument manufacturing sector. Spending in this area is driven by research needs and technological advancements in marine observation.
Small Business Impact
The data does not indicate whether small businesses were involved in this procurement. Further analysis would be needed to determine small business participation.
Oversight & Accountability
The award was made by NOAA, a component of the Department of Commerce, which has established procurement regulations. Oversight would typically involve contract management and performance monitoring.
Related Government Programs
- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Department of Commerce Contracting
- National Oceanic and Atmospheric Administration Programs
Risk Flags
- Limited competition
- Potential for higher cost due to SAP
- Lack of detailed cost breakdown
Tags
search-detection-navigation-guidance-aer, department-of-commerce, ca, purchase-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $148,125 to SEAFLOOR SYSTEMS, INC.. NOAA OMAO PROCUREMENT OF TELEDYNE SOUND VELOCITY PROBES FOR FLEET
Who is the contractor on this award?
The obligated recipient is SEAFLOOR SYSTEMS, INC..
Which agency awarded this contract?
Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).
What is the total obligated amount?
The obligated amount is $148,125.
What is the period of performance?
Start: 2026-04-10. End: 2026-04-30.
What is the specific operational benefit of these Teledyne sound velocity probes for NOAA's fleet?
These probes are crucial for accurately measuring the speed of sound in water, which is essential for calibrating sonar systems, improving the accuracy of underwater acoustic measurements, and supporting various NOAA missions like fisheries research, charting, and environmental monitoring. Reliable sound velocity data directly impacts the quality and utility of the collected oceanic data.
What are the potential risks associated with limited competition under SAP for this procurement?
Limited competition under Simplified Acquisition Procedures (SAP) can increase the risk of paying a higher price than might be achievable through full and open competition. It may also limit the pool of potential suppliers, potentially excluding innovative solutions or more cost-effective alternatives. This could lead to a suboptimal use of taxpayer funds if not carefully managed.
How effectively does this procurement contribute to NOAA's long-term research and operational goals?
This procurement directly supports NOAA's mission-critical functions by equipping its fleet with essential instrumentation for oceanic research and operations. By ensuring access to reliable sound velocity data, NOAA can maintain the accuracy of its acoustic-based systems, leading to better scientific insights and more effective management of marine resources. This contributes to NOAA's overarching goals of understanding and predicting changes in climate, weather, ocean, and coasts.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 1333MK26Q0039
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4475 GOLDEN FOOTHILL PKWY, EL DORADO HILLS, CA, 95762
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $148,125
Exercised Options: $148,125
Current Obligation: $148,125
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-10
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-04-10
Other Department of Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)