Notice of Intent to Sole Source: RM Young Anemometers
Key Dates
Due Date
-
Posted Date
-
Agency & Value
Agency
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Contract Value
Not provided
Codes & Classification
Solicitation Number
54706
NAICS
334519 - Other Measuring and Controlling Device Manufacturing
Classification Code
6660
Additional Details
The National Oceanic and Atmospheric Administration (NOAA), under the Department of Commerce, has issued a Special Notice indicating its intent to award a sole source purchase order to RM Young Company for the procurement of 262 RM Young Anemometers. This acquisition is being managed by NOAA’s Eastern Acquisition Division (EAD) and is intended to support the National Weather Service (NWS), specifically the National Data Buoy Center (NDBC) located at Stennis Space Center, Mississippi.
The primary purpose of this procurement is to supply the NDBC with anemometers that are integral to the operation of the Self-Contained Ocean Observations Payload (SCOOP) and the Coastal-Marine Automated Network (CMAN) stations. These stations are critical for collecting accurate wind speed and direction data in remote, often harsh marine environments. The RM Young propeller anemometers have been specifically selected and integrated into these systems due to their unique compatibility in terms of form, fit, and function with existing infrastructure and data acquisition systems.
Key requirements for the anemometers include:
- Compatibility with standard one-inch pipe mounts used on existing stations.
- Output characteristics that match the firmware algorithms and constants of the SCOOP and CMAN data acquisition systems, including a 10K ohm precision conductive potentiometer for wind direction and a magnetic induction-based wind speed sensor.
- The ability to provide wind speed measurements without requiring external power, which is essential for battery-operated, remote buoy stations.
- Extremely low power consumption for the directional sensor (0.6mW), which is significantly lower than ultrasonic alternatives.
- Durability features such as ceramic bearings, enabling reliable operation for deployments exceeding one year.
- Capability to measure wind gusts over 100 m/s, a range not currently achievable with ultrasonic anemometer technology.
The justification for sole source procurement is based on the proprietary nature of the RM Young anemometers and their established role as the industry standard, particularly given the NDBC’s involvement in their development. No other propeller anemometer has been identified that matches the reliability, compatibility, and performance characteristics required for these mission-critical applications. RM Young Company also offers flexibility in developing custom cables, connectors, and mounts as needed.
However, the notice does allow for the submission of capability statements from other manufacturers who believe they can provide anemometers meeting the stringent technical requirements outlined. Interested parties must submit detailed specifications and evidence of past performance, including customer references, to demonstrate their ability to fulfill the government’s needs. The government will give price preference to U.S.-made products. All responses must be submitted via email to [email protected] by April 17, 2026.
This procurement falls under NAICS code 334519 (Other Measuring and Controlling Device Manufacturing) and Product Service Code 6660. The place of performance is Stennis Space Center, Mississippi. All vendors must be registered in the System for Award Management (SAM) with a valid Unique Entity Identification (UEI) number.
This notice is not a request for quotes or proposals, and no solicitation is currently available. The government reserves the right to open competition based on the responses received. The decision to compete or not is at the sole discretion of the government, and information received will be used solely to determine whether to proceed with a competitive solicitation.
For further information, the primary point of contact is Kari Webler ([email protected]), with Kevin J. Buum ([email protected]) as the secondary contact. The official notice and any updates can be found at https://sam.gov/opp/fc09e87092fc42c2a1ced6d96f8241a7/view.
Contractors considering this opportunity should carefully review the technical requirements and compatibility needs, as only solutions meeting the precise specifications will be considered. The long-term reliability, low power consumption, and integration with existing NDBC systems are critical elements that will remain constant throughout the contract lifecycle.