FY 25 INTERMEDIATE DRYDOCKING AND REPAIRS TO NOAA SHIP GORDON GUNTER
ID: 1305M224QNMAN0313Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Ship Building and Repairing (336611)

PSC

FISHING VESSELS (1920)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide intermediate drydocking and repairs for the NOAA Ship Gordon Gunter for fiscal year 2025. The procurement involves comprehensive maintenance services, including inspections and repairs to ensure the vessel's operational readiness for NOAA's research missions, with a focus on adhering to safety and quality standards. This contract is critical for maintaining the functionality of NOAA's fleet, which supports vital environmental and oceanographic research. Interested vendors must submit their quotes electronically by September 16, 2024, and can request specification documents by contacting Michelle Blake at michelle.blake@noaa.gov or Andrew J. Northcutt at Andrew.Northcutt@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment 0001 to Solicitation 1305M224Q0313 for the Intermediate Drydocking and Repairs to NOAA Ship Gordon Gunter. It specifies methods for acknowledging the amendment and details changes to the solicitation, particularly updates to the Price Schedule by adding line items for "GENERAL REQUIREMENTS." The document addresses several previously missing reference documents and provides clarifications on various work items, including inspections and maintenance requirements, and the necessary standards for surface preparation for coatings and repairs. Additionally, it responds to multiple inquiries regarding the scope of work, parameters for service levels, and the submission guidelines for pricing and documentation. The due date for offer responses is extended from September 12 to September 16, 2024. Overall, the amendment aims to clarify project specifications, streamline communication with potential contractors, and ensure proper compliance with contract requirements as the NOAA continues its operational maintenance protocols.
    The NOAA Ship Gordon Gunter FY25 Drydock Repair Specifications outline comprehensive requirements for the routine inspection, repair, and maintenance of the ship to ensure operational readiness for NOAA's research missions. This includes a myriad of tasks such as annual inspections of lifesaving equipment, fire safety systems, communication technologies, and propulsion motor servicing, all governed by applicable NOAA standards and maritime regulations. The specifications detail the procedural steps contractors must follow, including the need for certified personnel to conduct various inspections and repairs, requirements for documentation and quality assurance, and adherence to safety protocols. The contractors will be responsible for maintaining cleanliness during operations and ensuring the ship's habitability is not compromised during the repair period. Additionally, the document outlines protocols for emergency repairs and a method for tracking and reporting all work performed. Crucially, it emphasizes the necessity of protecting existing equipment and ensuring that all modifications meet the latest standards to sustain the ship's operational efficiency. This document is a critical component of NOAA's contractual processes, facilitating informed bids and ensuring adherence to safety and quality standards in maritime operations.
    The Past Performance Information Form is a structured document designed for offerors participating in federal RFPs and grants, requiring detailed documentation of their previous performance. The form captures critical information, including the offeror's name, contract identifiers, customer details, total dollar value by year, and personnel involved over the contract period. It also specifies metrics for evaluating past performance, such as CPARS (Contract Performance Assessment Reporting System) and questionnaires, and necessitates a comprehensive description of work undertaken to demonstrate its relevance to the current solicitation. Furthermore, it outlines any subcontractors' contributions and associated financial details. The form aims to ensure that only qualified contractors with relevant experience are considered for federal contracts, emphasizing the necessity of thorough evaluation in the procurement process, thereby reinforcing accountability and effectiveness in government spending.
    The document outlines the Past Performance Questionnaire for RFQ 1305M224Q0313, intended for evaluating contractor performance in federal contracting. It comprises four assessment categories: Quality of Service, Schedule, Cost Control, and Management. Each category includes a rating scale ranging from Exceptional to Unsatisfactory, with specific definitions provided to guide evaluators. Contractors are assessed based on their adherence to contract requirements, timeliness, cost management, and overall project management effectiveness. Evaluators must provide additional comments, especially for ratings that are not satisfactory, to clarify issues and corrective actions taken by the contractor. The questionnaire aims to ensure accurate evaluations of past performance to inform future government contracting decisions, highlighting the importance of reliability and efficiency in the execution of contracts. The completed questionnaires are to be submitted to a designated contact by a specified deadline, emphasizing the structured approach to contractor assessment within the government contracting process.
    The document outlines a Request for Quotations (RFQ) for the drydocking and repair services for NOAA Ships, specifically the Bell M. Shimada and the Gordon Gunter. It details a price schedule consisting of base items, growth items, and optional items necessary for ship maintenance and inspections. Key base items include life raft inspections, fire inspections, lifting appliance testing, and various maintenance services for onboard systems like navigation and propulsion. The growth items are estimates for additional services that may be required, while optional items provide further repair and maintenance options should they be needed. Pricing structures are provided as unit prices, total prices, and growth estimates, emphasizing cost transparency for contractors. The overall purpose is to solicit bids to ensure the seaworthiness and operational readiness of NOAA vessels through established contracts, adhering to federal procurement guidelines. The document illustrates a structured approach to maintaining essential maritime services and ensuring contractor accountability within federal regulations.
    The document outlines a Request for Quotations (RFQ) related to the drydocking and repairs of two NOAA ships: the Bell M. Shimada and the Gordon Gunter. It presents a structured price schedule for various maintenance and inspection services required for these vessels, listed as base items, additional growth items, and optionally priced items. A comprehensive range of services is identified, including annual inspections for life rafts, survival suits, fire safety, and various mechanical and cleanliness checks. Additionally, potential growth work and option items, which can be added to the contract as needed, are also specified. The inclusion of labor rates, material markups, and various other tasks with estimated quantities suggests a thorough, organized process aiming to ensure effective vessel maintenance while adhering to federal contracting guidelines. Overall, this RFQ serves as a detailed framework for potential contractors to follow in provision of services critical to the operation of NOAA ships, emphasizing safety and compliance.
    The NOAA Eastern Acquisition Division outlines the process for handling Additional Item Requirements (AIRs) throughout a contract's performance, following specific guidelines. The procedure involves several steps starting with the contractor submitting a Condition Found Report (CFR) to the Contracting Officer’s Representative (COR). The COR acknowledges receipt and determines if an AIR is necessary. If so, an internal AIR form is created and sent to the Contracting Team, leading to a Request for Pricing (RFP) issued to the contractor. The contractor is then required to respond within three days with a detailed quotation and analysis regarding time and resource impacts on the project timeline. Following a review and potential negotiation of the quote by Contracting, a Notice to Proceed (NTP) is issued, which initiates the agreed work as part of the contract. To minimize contract modifications, multiple AIRs may be consolidated into one modification post-approval. This structured approach aims to efficiently manage and document changes to contract requirements while ensuring compliance and clarity within federal procurement processes.
    The document outlines employee rights under the National Labor Relations Act (NLRA), emphasizing the rights of employees to organize, bargain collectively, and engage in concerted activities. It specifies the legal protections for employees against employer and union misconduct, highlighting the right to form or join a union, discuss workplace conditions with co-workers, and take action to improve working conditions. Key obligations for employers include prohibiting retaliation against employees for union activities and ensuring good faith bargaining with selected unions. The document also details mechanisms for addressing violations, stating that employees may seek assistance from the National Labor Relations Board (NLRB) to enforce their rights without fear of employer retaliation. Illegal actions by unions, such as threatening job loss for non-support, and allowing discriminatory practices, are also addressed. Additionally, prohibited employer conduct includes threatening workplace closures due to unionization efforts and imposing restrictions on union-related expressions. Overall, the notice serves to inform employees of their protections under the NLRA, guiding them on how to act if rights are violated and presenting the NLRB as a resource for assistance.
    The Request for Quotes (RFQ) 1305M224Q0313 solicits bids for the drydocking and repairs of the NOAA Ship Gordon Gunter for fiscal year 2025. It is exclusively open to small businesses under the NAICS code 336611 (Ship Building and Repairing) with a size limit of 1,300 employees. The contractor is required to provide all necessary personnel, materials, and equipment as detailed in the Statement of Work attached. The work is expected at the contractor’s facility for approximately 79 days starting around December 9, 2024, with performance deadlines. Questions may be posed to designated government representatives, and all quotes must be submitted electronically by September 12, 2024. Liquidated damages apply for delays in delivery, and various insurance requirements must be met. The selected contractor will also be required to comply with applicable FAR clauses and report deliverables within stipulated timelines. The structure emphasizes government policy to support small business participation and mandates compliance with labor standards and environmental regulations throughout the contract's duration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Oscar Dyson FSV Midlife Extension Program
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the Oscar Dyson FSV Midlife Extension Program, aimed at overhauling and upgrading the NOAA Ship Oscar Dyson. The procurement involves extensive maintenance and modernization tasks, including structural repairs, propulsion enhancements, and the installation of new systems such as a Diesel Exhaust Fluid (DEF) tank, with a strong emphasis on compliance with federal standards and environmental regulations. This initiative is crucial for maintaining the operational efficiency and capabilities of NOAA's fisheries survey missions. Interested parties must submit their proposals by September 16, 2024, and can direct inquiries to Shawn Griscom at Shawn.Griscom@noaa.gov or Ashley Perry at ashley.perry@noaa.gov.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    CGC GEORGE COBB DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified contractors for the dry dock repairs of the USCGC George Cobb (WLM-564) under a total small business set-aside contract. The procurement involves comprehensive ship repair services, including inspections, maintenance, and renewals of critical systems, with a performance period scheduled from December 10, 2024, to February 17, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, reflecting the Coast Guard's commitment to maintaining its fleet in compliance with safety and environmental standards. Interested parties must submit written quotations by September 16, 2024, and direct inquiries to Catherine K. Chan or Diego Avila via email before the deadline.
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    DRYDOCK: USCGC KATHLEEN MOORE DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry docking and repair of the USCGC Kathleen Moore (WPC-154) for Fiscal Year 2025. The procurement involves comprehensive maintenance tasks, including inspection and repair of critical components such as hull plating and propulsion systems, with a performance period anticipated from January 14, 2025, to May 13, 2025. This contract is vital for ensuring the operational readiness and safety of Coast Guard vessels, adhering to federal and state guidelines for maintenance and environmental compliance. Interested small businesses must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with further inquiries directed to Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    Repair and reconditioning of 28 each Motor, DC Servo, NWS/ROC PN: 2200220-201, ASN: R400-2A1A1B1
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the repair and reconditioning of 28 DC Servo Motors, specifically part number 2200220-201. The objective of this procurement is to restore the motors to "like new" operating condition, ensuring they meet the original manufacturer's specifications and tolerances, which is critical for maintaining operational readiness in weather monitoring systems. Interested vendors must demonstrate their capability to fulfill these requirements, including providing a first article for inspection within 60 days after receipt of order, and must submit their quotes by September 20, 2024, at 3 PM CDT. For further inquiries, potential offerors can contact Marjorie Sabbagh at margie.sabbagh@noaa.gov.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Rollin Fritch (WPC 1119) anticipated for fiscal year 2025. The project involves comprehensive inspections and repairs of propulsion systems, hull plating, and various machinery components, all to be conducted at the contractor's dry dock facility. This procurement is critical for maintaining the operational readiness of the vessel, with an estimated project duration of 119 days from March 18 to July 15, 2025. Interested parties must submit a letter of interest by September 25, 2024, demonstrating their capabilities and past performance, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.