NOAA awards $2.69M for wave sensors to Seaview Systems Inc. under sole-source purchase order
Contract Overview
Contract Amount: $26,945 ($26.9K)
Contractor: Seaview Systems Inc
Awarding Agency: Department of Commerce
Start Date: 2026-04-02
End Date: 2026-05-01
Contract Duration: 29 days
Daily Burn Rate: $929/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PURCHASE OF SVS-603HR WAVE SENSORS
Place of Performance
Location: DEXTER, WASHTENAW County, MICHIGAN, 48130
State: Michigan Government Spending
Plain-Language Summary
Department of Commerce obligated $26,945 to SEAVIEW SYSTEMS INC for work described as: PURCHASE OF SVS-603HR WAVE SENSORS Key points: 1. Value for money is difficult to assess due to sole-source award and limited public data. 2. Competition dynamics indicate a sole-source procurement, potentially limiting price discovery. 3. Risk indicators include lack of competition and reliance on a single supplier. 4. Performance context is limited to a short duration (29 days) for sensor purchase. 5. Sector positioning is within the nautical instrument manufacturing industry.
Value Assessment
Rating: questionable
The contract value of $2.69 million for wave sensors is difficult to benchmark without competitive bidding. As a sole-source award, there is no direct comparison to other offers. The pricing is assumed to be fair by the agency, but the lack of competition prevents independent verification of value for money. The short duration of the contract (29 days) suggests a straightforward procurement, but the unit cost or overall value relative to similar sensor systems in the market is not publicly available.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under the Simplified Acquisition Procedures (SAP) and was awarded on a sole-source basis. This means that only one vendor, Seaview Systems Inc., was solicited for this requirement. The lack of competition limits the agency's ability to explore alternative solutions or negotiate the best possible price. It suggests that either the agency identified a unique capability with Seaview Systems or that the procurement process did not allow for broader market engagement.
Taxpayer Impact: Taxpayers may not have received the most competitive pricing due to the absence of a bidding process. The sole-source nature means that the government could not leverage competition to drive down costs.
Public Impact
The National Oceanic and Atmospheric Administration (NOAA) benefits from the acquisition of SVS-603HR wave sensors. These sensors are crucial for collecting data related to oceanographic and meteorological research. The geographic impact is likely national, supporting NOAA's mission across U.S. waters and coastal regions. The acquisition supports the scientific and operational workforce within NOAA.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potential value.
- Lack of transparency in the justification for sole-source procurement.
- Short contract duration may indicate a specific, immediate need rather than a long-term strategic acquisition.
Positive Signals
- Procurement of specialized wave sensors supports critical NOAA research and operational needs.
- Firm Fixed Price contract type provides cost certainty for the government.
- The awardee, Seaview Systems Inc., is likely a specialized provider in this niche market.
Sector Analysis
The contract falls within the nautical instrument manufacturing sector, a sub-segment of the broader industrial equipment and systems market. This sector is characterized by specialized technologies for navigation, sensing, and data collection in marine environments. Spending in this area is driven by government agencies like NOAA for research, safety, and operational purposes, as well as by commercial maritime industries. Comparable spending benchmarks are difficult to establish without more detailed market analysis of specialized sensor systems.
Small Business Impact
This contract was not awarded to a small business and there is no indication of small business subcontracting requirements. The sole-source nature of the award further limits opportunities for small businesses to participate in this specific procurement. The impact on the small business ecosystem is negligible for this particular award, as it bypassed standard competitive processes where small businesses might otherwise have had a chance to bid.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Commerce's Inspector General. Accountability measures are inherent in the purchase order process, requiring delivery of specified goods. Transparency is limited due to the sole-source nature of the award, with the justification for this approach not detailed in the provided data. The firm fixed price contract type offers some cost control, but the absence of competition reduces the scope for robust oversight on pricing.
Related Government Programs
- NOAA Research and Development Programs
- National Ocean Service
- National Weather Service
- Oceanographic Instrumentation
- Marine Sensor Technology
Risk Flags
- Sole-source award without clear justification.
- Lack of competitive bidding may lead to suboptimal pricing.
- Limited public information on sensor specifications and performance.
Tags
sector-other, agency-commerce, agency-noaa, contract-type-purchase-order, competition-level-sole-source, size-category-unknown, procurement-method-not-competed-under-sap, pricing-type-firm-fixed-price, geography-michigan
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $26,945 to SEAVIEW SYSTEMS INC. PURCHASE OF SVS-603HR WAVE SENSORS
Who is the contractor on this award?
The obligated recipient is SEAVIEW 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 $26,945.
What is the period of performance?
Start: 2026-04-02. End: 2026-05-01.
What is the specific capability or unique technology offered by Seaview Systems Inc. that justified a sole-source award for the SVS-603HR wave sensors?
The provided data does not specify the unique capabilities of the SVS-603HR wave sensors or the justification for a sole-source award. Typically, sole-source procurements are justified when only one responsible source is available or possesses unique capabilities, or in cases of urgent and compelling need. Without further documentation from the agency (e.g., a Justification for Other Than Full and Open Competition - JOFOC), it is impossible to determine the specific reasons. This lack of transparency raises questions about whether competition was adequately explored or if there were genuine technical or operational constraints necessitating a sole-source approach.
How does the $2.69 million contract value compare to historical spending on similar wave sensor systems by NOAA or other federal agencies?
The provided data does not offer sufficient context to compare the $2.69 million contract value to historical spending on similar wave sensor systems. Key missing information includes the quantity of sensors purchased, the specific technical specifications of the SVS-603HR model, and the duration of its expected operational life. Without these details, and given that this was a sole-source award, it is challenging to benchmark the price against competitive procurements. Historical data on similar systems, if available through public contract databases, would be necessary for a meaningful comparison of value for money.
What are the primary risks associated with this sole-source award, and what mitigation strategies might be in place?
The primary risks associated with this sole-source award include potential overpayment due to the lack of competitive pricing, limited access to alternative technologies or suppliers, and vendor lock-in. If Seaview Systems Inc. is the only provider of these specific sensors, NOAA may be dependent on them for future acquisitions, maintenance, and upgrades, potentially at non-competitive prices. Mitigation strategies, if any, are not detailed in the provided data. However, NOAA could mitigate risks by conducting thorough market research for future procurements, negotiating favorable terms and pricing for this contract, and establishing clear performance metrics and quality control measures.
What is the expected performance and lifespan of the SVS-603HR wave sensors, and how will their effectiveness be measured?
The provided data indicates a contract duration of 29 days for the 'PURCHASE OF SVS-603HR WAVE SENSORS,' which likely refers to the period for delivery and acceptance rather than the operational lifespan of the sensors. Specific details regarding the expected performance metrics, accuracy, reliability, and operational lifespan of the SVS-603HR wave sensors are not included. Consequently, the methods for measuring their effectiveness are also not specified. Typically, NOAA would establish acceptance criteria and performance standards within the purchase order, and post-deployment monitoring would assess their contribution to scientific objectives.
What is the track record of Seaview Systems Inc. in delivering similar sensor technology to government agencies?
The provided data identifies Seaview Systems Inc. as the contractor but does not offer details on their track record, past performance, or experience with government contracts. To assess their reliability and capability, one would need to consult federal procurement databases (like SAM.gov or FPDS) for previous awards, contract performance reviews, and any reported issues. Without this information, it is difficult to gauge their history of delivering similar sensor technology, especially in the context of a sole-source award where the agency presumably has confidence in the vendor's ability to meet the requirement.
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: INSTRUMENTS AND LABORATORY EQPT
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: REQUIREMENTS-26-1782
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 7275 JOY RD STE A, DEXTER, MI, 48130
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $26,945
Exercised Options: $26,945
Current Obligation: $26,945
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-02
Current End Date: 2026-05-01
Potential End Date: 2026-05-01 00:00:00
Last Modified: 2026-04-02
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.)