1305M326Q0093
Vessel Monitoring System (VMS) for NMFS OLE PID
COMMERCE, DEPARTMENT OF > NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION > DEPT OF COMMERCE NOAA
Quick analysis
NOAA NMFS/OLE PID seeks a BPA to supply NMFS- and WCPFC-type-approved VMS (EMTU) units with PIFSC e-logbook capability; estimated 30 units/year over a 5-year PoP.
Set-aside status is unclear: SF-1449 header shows WOSB, while notice metadata shows Total Small Business. This ambiguity materially affects eligibility.
Trace has no documented NOAA/VMS past performance and no evidence of access to NMFS/WCPFC/PIFSC-approved VMS hardware, while the requirement mandates approved models.
Even if Total Small (Trace would qualify by size under NAICS 334511), the competitive field likely favors specialized VMS manufacturers/resellers; technical fit and differentiators are weak for Trace.
Scope summary
- Supply NMFS- and WCPFC-type-approved VMS (EMTU) units per Statement of Need.
- PIFSC approval for e-logbook transmission; support Android OS tablet input.
- Transmit hourly positions to NMFS and WCPFC; daily e-logbook data to PIFSC.
- Provide required accessories: antennas, cables (≥45 ft antenna, ≥15 ft power), sealant, power converter/conditioner, mounting hardware.
- Deliver to NOAA-IRC/NMFS/OLE, 1845 Wasp Blvd, Honolulu, HI within six calendar weeks of each call order.
- BPA ordering via FFP call orders across base and 4 option years (7/1/2026–6/30/2031).
- IPP electronic invoicing; shipping prepaid and invoiced with freight bill.
Dimension scores
Requirement is for fisheries VMS transceiver hardware that must be NMFS/WCPFC/PIFSC approved. While Trace has SATCOM/terminal integration capabilities (company profile) and NAICS 334511 coverage, there is no evidence Trace offers or resells the specific type-approved VMS units required, making this only an adjacent fit.
Trace past performance spans DISA, USAF, USSF, Army, MDA, etc., but no NOAA/NMFS or fisheries VMS hardware supply is listed. Experience is adjacent in SATCOM/terminal hardware and OCONUS logistics, but not direct to this mission or customer.
This is a standalone BPA competed via SF-1449, not restricted to a vehicle. Access would be direct if the set-aside is Total Small Business. However, access is uncertain due to conflicting WOSB vs Total Small indications.
The solicitation favors vendors of NMFS/WCPFC/PIFSC-approved VMS models. No evidence Trace is an approved manufacturer/reseller in this niche. Competition likely includes specialized incumbents, and Trace lacks a clear differentiator for this requirement.
Material eligibility risk from unclear set-aside (WOSB shown on SF-1449) and technical compliance risk due to required approvals. Logistics to Honolulu is manageable, but the primary risks are qualification/compliance and niche product sourcing.
Would open a small hardware supply foothold at NOAA, but outside Trace’s Tier 1/2 target agencies and appears low dollar volume (≈30–35 units/year). Limited strategic leverage versus core JADC2/SATCOM/CDS lanes.
SF-1449 header indicates WOSB set-aside, for which Trace is ineligible. Even if corrected to Total Small, Trace still must supply NMFS/WCPFC/PIFSC-approved VMS units; no evidence Trace holds those approvals or reseller status. Compliance is therefore highly at risk.
Concerns
- Eligibility risk due to conflicting set-aside (WOSB on SF-1449 vs Total Small in notice).
- Technical compliance risk if Trace cannot source VMS units appearing on NMFS & WCPFC approved lists and PIFSC e-logbook approved.
- Competitive risk from specialized VMS incumbents/manufacturers.
- Partial solicitation review limits confirmation of all clauses and evaluation factors.
Teaming opportunities
- Prime or OEM/reseller partner that offers NMFS/WCPFC/PIFSC-approved VMS units.
- If WOSB set-aside is confirmed, a qualified WOSB prime partner would be required.
- NOAA/NMFS channel and past performance references for VMS hardware supply in Honolulu/Pacific Islands.
Competitive position
- If pursued via teaming, emphasize rapid delivery logistics to Honolulu and proven SATCOM hardware integration/sustainment experience.
- Leverage NAICS 334511 coverage and hardware supply chain maturity to meet six-week delivery windows.
Bid/No bid factors
- SF-1449 shows WOSB set-aside; Trace is not WOSB.
- No evidence Trace offers NMFS/WCPFC/PIFSC-approved VMS hardware.
- New customer (NOAA/NMFS) with niche product approvals; low volume reduces incentive to build new capability.
- Key solicitation document only partially reviewed; evaluation/award specifics may include additional constraints.
Documents
Download all
1305M326Q0093 1449 Final.pdf
Download
Partially reviewed: Too large
Partial review (selected sections 1 and 6) of a NOAA SF-1449 solicitation for VMS units (EMTUs) for NMFS OLE PID. Extracted sections show solicitation metadata (solicitation number, contacts, NAICS, due date), line items (base year 30 units, multiple option years, call orders as FFP), contract PoP (07/01/2026–06/30/2031), and administrative clauses (IPP invoicing, AbilityOne/subcontracting guidance, contractor communications, equitable adjustment). The file was only partially reviewed due to size.
- Solicitation number: 1305M326Q0093 (DOC NOAA IRC NMFS/OLE/PID)
- Offer due date/local time: 05/05/2026 17:00 (appears on SF-1449)
- NAICS: 334511; Size standard listed: 1350
- Procurement set-aside visible as Women-Owned Small Business (WOSB) on SF-1449 header; opportunity context indicates Total Small Business Set-Aside (FAR 19.5) — set-aside status needs verification
- Point(s) of contact shown: Monica Cowdrey (303) 578-9148; contracting officer name appears (Kristen Picarriello)
- Period of Performance (contract level): 07/01/2026 to 06/30/2031
- Line item 0001 Base Year: 30 EA NMFS & WCPFC type-approved VMS units (EMTUs); call orders issued as Firm Fixed Price
- Shipping/delivery line items and option-year lines: Option Year 1 and Option Year 2 quantities listed (up to 30 units plus optional 5-unit line); delivery windows tied to each PoP year
- Requirement: units must be NMFS & WCPFC type‑approved IAW Statement of Need (technical compliance constraint)
- Ordering mechanism: Call Orders issued as FFP during PoP — suggests multiple task/ delivery orders under the contract
- Invoicing requirement: Electronic submission via Treasury IPP (IPP registration required)
- Subcontracting language: AbilityOne considerations and subcontracting plan language included (indicates prime may have subcontracting requirements/reporting)
- Administrative clauses: contractor communications identification rules and equitable adjustment procedures are specified (contract performance/administration constraints)
Statement of Need PID VMS Hardware Procurement Final.pdf
Download
NOAA NMFS OLE Pacific Islands Division (PID) requests procurement of VMS transceiver hardware under a BPA to support life-cycle replacement for Hawaii and American Samoa longline permit holders; estimated 30 units/year for a 5-year BPA (with up to 5 optional extra units/year). Units must be NMFS-, WCPFC-, and PIFSC-approved, transmit hourly positions to NMFS and WCPFC and daily e-logbook data to PIFSC, include specified accessories, and be delivered to Honolulu within six calendar weeks of each call order.
- Customer: NOAA NMFS Office of Law Enforcement, Pacific Islands Division (OLE PID)
- Mission: VMS transceiver hardware procurement for enforcement and compliance (Hawaii & American Samoa longline fisheries)
- Quantity: Government estimates 30 units/year for base + 4 option years; optional +5 units/year starting Option Year 1 (i.e., up to ~35 units in option years)
- Contract vehicle: Blanket Purchase Agreement (BPA) with separate Call Orders per period of performance
- Period of Performance: Base 7/1/2026–6/30/2027; Option Years 1–4: 7/1/2027–6/30/2031
- Delivery: Honolulu, HI (NOAA-IRC/NMFS/OLE 1845 Wasp Boulevard); shipping prepaid and added to invoice supported by freight bill
- Delivery timeline: Within six calendar weeks of each Call Order
- Special requirements: VMS model must appear on both US (Western & Central Pacific Islands) and WCPFC approved lists and be PIFSC-approved for e-logbook transmission
- Data/interop requirements: Must transmit hourly position reports to NMFS and WCPFC, and daily electronic logbook data to PIFSC; supports Android OS tablet input for e-logbook forms
- Required hardware/accessories: transceiver, antenna(s), antenna cable (min 45 ft), water sealant, power cable (min 15 ft)/converter/conditioner, mounting brackets, and any accessories for reliable hourly reporting
- Regulatory citations: CFR Title 50 references (e.g., Subpart A §665.19 and §665.14(b) and Subpart O §300.219) driving procurement requirement and mandatory reporting
- PIFSC point of contact: Ashley Tomita (ashley.tomita@noaa.gov)
- Anticipated ordering schedule spelled out across base and option years
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 46025
Notice lineage:
- 358bd607d34c41d5bf98af843b0b4dae (posted 2026-04-21) - current
Last synced: 2026-04-21T19:22:59.298297+00:00
Last analyzed: 2026-04-21T19:24:21.052790+00:00
Latest package fingerprint: 49841ec7b2e54e8885aa0b4568aef23d2af23d1a4dc53c7a9c899a01a12c2f87
Latest package notice: 358bd607d34c41d5bf98af843b0b4dae
Latest package documents: 2
Evidence limitations- 1305M326Q0093 1449 Final.pdf: partially reviewed (too large)
- 2026-04-21T19:22:59.299943+00:00: 358bd607d34c41d5bf98af843b0b4dae with 2 docs
Labels
Human notes
No human notes yet.