J--Replace Main Motor Heat Exchangers on NOAA Ship PI
ID: 1333MK25Q0079Type: Solicitation
AwardedMay 6, 2025
$82K$82,000
Awardee3MC MOBILE & MECHANICAL REPAIR LLC 10250 MULBERRY LANDING ANX Hilliard FL 32046 USA
Award #:1333MK25P0109
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

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

    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors to replace the main motor heat exchangers on the NOAA Ship Pisces. This procurement involves providing all necessary labor, materials, and rigging for the installation, ensuring compliance with safety and operational standards throughout the project. The successful contractor will be responsible for tasks such as the removal and installation of heat exchangers, conducting air tests, and adhering to ABS welding standards, with a project completion timeline set for May 15-30, 2025. Interested parties must submit their quotations via email to Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV by May 1, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The NOAA Ship PISCES requires the replacement of its Main Motor Air Cooler Heat Exchangers as outlined in a detailed proposal. The contractor is responsible for all labor, materials, and rigging essential for the installation, emphasizing the maintenance of cleanliness and safety throughout the project. Key tasks include the removal and installation of heat exchangers, conducting air tests, ensuring compliance with ABS welding standards, and working closely with the Ship’s Force for operational testing. The project also outlines responsibilities for temporary relocations, air box modifications, and the final inspection process. A comprehensive evaluation of bids will consider past performance, installation schedules, and technical capabilities, with a focus on efficiency and quality over cost. The timeline for project completion is set for May 15-30, 2025. Contact details and logistical instructions are provided, ensuring open communication throughout the execution of the work.
    The document outlines technical specifications for a heat exchange system, designed as part of a government project for NOAA Marine Operations. It includes detailed diagrams and measurements, such as dimensions, tolerances, and material specifications, ensuring compliance with industry standards like ASME and CSA B51. Key components include construction materials (e.g., aluminum, carbon steel, various alloys), internal pressure testing parameters, and thermal performance data, specifying fluid flow rates and temperature ranges. The design accommodates sea water as the working fluid and incorporates essential features like drainage systems and ventilation. Additionally, a torque procedure is specified for assembly, ensuring operational reliability. This document serves as a technical reference for contractors responding to an RFP and outlines compliance requirements, performance expectations, and structural integrity checks necessary for government contracts.
    The document appears to be a formal sign-off or approval by an individual named Stephen William Spindler, as indicated by a digital signature dated January 23, 2025. However, the content lacks substantive details regarding the context or content of a specific RFP, grant, or proposal. Without further information or context, the signature itself does not provide insights into any projects, objectives, or funding opportunities related to government initiatives. It may serve as a procedural document that confirms oversight or endorsement within the framework of government operations, potentially linked to ongoing federal or state-level programs. Overall, the essence is centered on compliance with formalities rather than presenting actionable information or directives pertinent to RFPs or grants.
    This document outlines the procedures and requirements for acknowledging amendments to solicitations for government contracts. It emphasizes that offers must recognize receipt of the amendment by specific means prior to the set deadline to avoid rejection. Acknowledgment can be done through completion of specific items or by separate correspondence referring to the solicitation and amendment numbers. Additionally, the document contains standardized sections for detailing contract information, amendment descriptions, and records of signatures from contracting officers. This ensures that changes to the solicitation or contracts are properly documented and compliant with federal regulations. The overall purpose is to maintain integrity and clarity in the procurement process, ensuring all parties are informed and compliant with updated terms before the execution of contracts.
    This document outlines the procedures for acknowledging amendments related to a government solicitation, specifically detailing the requirements for submitting bids and changes to existing offers. Offerors must confirm receipt of the amendment before the specified deadline via specific methods, including completing designated forms or sending an electronic communication referencing the necessary solicitation and amendment numbers. Failure to properly acknowledge the amendment may lead to rejection of the offer. It clarifies that any changes to previously submitted offers must adhere to similar acknowledgment requirements. Furthermore, it examines administrative modifications, indicating that certain changes, like adjustments in payment procedures or appropriation data, do not alter the fundamental terms of the original contract. The document sets the stage to ensure that all involved parties follow the established protocols to maintain compliance and operational integrity. Key details include the contact information for the contracting officer, the effective date of changes, and the period of performance for associated services.
    This federal government document outlines the requirements and procedures for acknowledging an amendment to a solicitation or contract. Offers must confirm receipt of the amendment before the designated deadline through specified methods, such as completing designated items on the proposal form or via separate communication. Failure to acknowledge receipt may lead to the rejection of the offer. The amendment can also allow bidders to modify their previously submitted offers, provided these changes are communicated appropriately. The document includes administrative details, such as contract and amendment numbers, effective dates, and an overview of necessary acknowledgments. Key sections address terms related to solicitation amendments and contract modifications, ensuring that all contractual conditions remain in effect despite changes. The document serves to facilitate clarity and compliance in contractual dealings, maintaining a structured approach to managing government procurements and contracts.
    This document outlines a solicitation for a Women-Owned Small Business (WOSB) contract concerning commercial products and services, specifically focused on a project for the NOAA Ship PISCES. It sets forth critical information such as requisition and contract numbers, effective dates, solicitation details, and specific requirements related to the deliverables. The project's goal is to replace main motor heat exchangers and includes stipulations regarding the evaluation of proposals based on capability, availability, and pricing. It establishes guidelines for pre-approved additional work and mandates that contractors must receive authorizations before proceeding with any extra tasks. The document incorporates references to various Federal Acquisition Regulations (FAR) and emphasizes compliance with legal and regulatory requirements. Furthermore, it delineates the necessary certifications, representations, and requirements expected from offerors, including those pertaining to the use of telecommunications equipment and child labor laws. The structure facilitates potential contractors' understanding of submission guidelines, requirements for bids, and the evaluation process for contract awards, highlighting the importance of adherence to specified criteria in order to promote equitable competition among small businesses.
    Similar Opportunities
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.
    Crane Support
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotes for crane support services at the Gulfport Pier in Mississippi, as part of a total small business set-aside contract. The procurement involves providing all necessary labor, equipment, and materials for crane operations, specifically requiring a crane capable of lifting 18,000 lbs at 80 ft, with services anticipated during vessel port calls until project completion. Interested vendors must submit their quotes electronically by December 19, 2025, at 10 PM EST, and are encouraged to contact Christopher Baker at christopher.baker@noaa.gov for any inquiries before the deadline.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    CONDENSER,REFRIGERA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of refrigeration condensers. The procurement aims to secure a Repair Turnaround Time (RTAT) of 245 days for the specified equipment, which is critical for maintaining operational capabilities in various military applications. The solicitation encourages accelerated delivery and requires compliance with specific inspection and quality assurance standards, with all freight handled by the Navy. Interested contractors should submit their quotes, including unit price and RTAT, to Noah Kuntz at NOAH.R.KUNTZ2.CIV@US.NAVY.MIL or by telephone at 771-229-1871, with the expectation of a firm-fixed-price contract and potential options for increased quantities.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    C1 CONDENSER
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three C1 Condensers, which are critical components of the HVAC system used on the 154' WPC vessels. The solicitation requires that only specific part numbers from Novenco be provided to ensure compatibility and proper configuration, with strict adherence to packaging and marking standards as outlined in MIL-STD-2073-1E. Interested vendors must submit their quotations by December 5, 2025, at 10:00 AM EST, and are encouraged to contact Donna Scandaliato at donna.m.scandaliato@uscg.mil for any inquiries regarding the solicitation requirements.
    To Fund Car Rentals
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes from qualified small businesses for the rental of vehicles to support the NOAA Ship Okeanos Explorer during its extended dry-dock period in Ketchikan, Alaska. The procurement aims to secure four rental vehicles, ideally a mix of three passenger vans and one truck, to facilitate the transportation of crew members between various locations, ensuring operational efficiency and timely maintenance activities. This opportunity is critical for maintaining productivity and reducing reliance on limited local transportation options. Interested vendors must submit their quotations electronically to Christopher Baker at christopher.baker@noaa.gov by 8 PM EST on December 19, 2025, and should ensure they are registered in the System for Award Management (SAM) to be eligible for award consideration.
    open inspect and report CORE ASSEMBLY,FLUID
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of two Core Assembly Fluid units, identified by stock number 4420-01-496-9702 and part number N03877. The procurement requires the use of genuine parts from American Precision Industries Inc. and mandates a thorough refurbishment process to restore the units to their original operating specifications, including pressure and production tests to ensure performance. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with the total estimated cost for the overhaul not to exceed $21,080, and compliance with various federal regulations and certifications is required.