Mammal Sample Tissue Research
ID: 141012-24-0049Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONUS

NAICS

Remediation Services (562910)

PSC

SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS (B510)

Set Aside

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

    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking to award a sole-source contract to NewField’s Environmental Forensics Practice, LLC for a project titled "Mammal Sample Tissue Research." This initiative aims to analyze various sea lion organ tissues and archived samples to enhance preparedness for future oil spills, focusing on methods development and sample analysis. The project underscores the government's commitment to environmental preservation and readiness in response to potential marine wildlife injuries from oil spills, leveraging NewField's specialized expertise in environmental forensics and oil spill assessments. Interested parties may submit documentation demonstrating their capabilities for consideration, with the notice active from August 28, 2024, to September 12, 2024. For further inquiries, contact Mark Dye at mark.dye@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to award a sole-source contract to NewField’s Environmental Forensics Practice, LLC for a project titled Mammal Sample Tissue Research. This initiative focuses on analyzing various sea lion organ tissues and archived samples to enhance preparedness for future oil spills. The justification for selecting NewField's stems from their specialized experience in oil spill assessments, particularly their work on the Deepwater Horizon incident, and their unique capabilities in environmental forensics. Their expertise includes advanced chemical analyses of marine mammal tissues and contaminants, which few other firms possess. This notice does not solicit competitive bids; however, interested parties can submit documentation demonstrating their ability to meet the project requirements for consideration. All interested contractors must be registered with the System for Award Management (SAM). The notice is active from August 28, 2024, to September 12, 2024, and emphasizes the government's discretion in determining the need for competitive procurement. The project's focus illustrates the government's commitment to environmental preservation and preparedness in response to potential marine wildlife injuries from oil spills.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    Request for Information: CHARTERED VESSEL TO CONDUCT LONGLINE SURVEY IN THE EASTERN BERING SEA, THE ALEUTIAN ISLANDS REGION, AND THE GULF OF ALASKA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is conducting a Request for Information (RFI) for the charter of a vessel to perform longline surveys targeting sablefish and other groundfish in the Eastern Bering Sea, Aleutian Islands Region, and Gulf of Alaska. The primary objectives of this procurement include assessing fish abundance, tagging species for migration studies, and collecting biological data to support effective fisheries management. This initiative is crucial for enhancing the understanding of groundfish resources, which are vital for sustainable fisheries practices. Interested vendors are encouraged to submit their capabilities statements by September 23, 2024, to Contracting Officer Crystina Jubie at Crystina.R.Jubie@noaa.gov, and may also participate in a virtual industry day scheduled for the week of September 30, 2024.
    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.
    2024-2025 LIVING MARINE RESOURCES (LMR) PROGRAM GENERAL ENVIRONMENTAL NEEDS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, has issued a Combined Synopsis/Solicitation notice for the 2024-2025 Living Marine Resources (LMR) Program General Environmental Needs. This procurement is focused on research and development in the physical, engineering, and life sciences related to natural resources and environmental research. The LMR program is seeking pre-proposals for research efforts in five investment areas: data to support risk threshold criteria, data processing and analysis tools, monitoring technology demonstrations, standards and metrics, and emergent opportunities. The pre-proposal submission process is email-based, and the deadline for submissions is 13 June 2025. The evaluation criteria for pre-proposals include technical approach, offeror's experience, principal investigator's and key member's related experience, cost/price, project benefits, and product implementation. Interested parties should contact the technical point of contact and contracting officer listed in the document for more information.
    USCG Base Kodiak Hazardous Waste Sampling Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract for Hazardous Waste Sampling Services at Base Kodiak in Alaska. The selected vendor, NWFF, Inc., will provide essential environmental consulting services, ensuring continuity of operations without service gaps while a long-term contract is established. This procurement is critical for maintaining compliance with environmental regulations and safeguarding public health. Interested organizations may submit their qualifications to Robbin Kessler at robbin.m.kessler@uscg.mil by September 3, 2024, at 1:00 p.m. Alaska time, although this notice is not a request for competitive quotes.
    NOTICE OF INTENT TO SOLE SOURCE TO UNDERSTANDING AG LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, is seeking information from potential sources to support the Regenerative Grazing Proof of Concept project at the Naval Postgraduate School (NPS). The objective is to acquire subject matter expertise to advise, assess, and equip the project, requiring contractors to demonstrate high skill levels and recognized expertise in regenerative agriculture practices. This initiative is crucial for advancing sustainable agricultural practices within military operations. Interested parties must submit their capability statements and complete the attached Market Research Questionnaire by Thursday, August 22, 2024, at 4:00 PM Pacific Standard Time (PST). For further inquiries, contact Noni Arcilla at noni.p.arcilla.civ@us.navy.mil.
    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.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Active
    Commerce, Department Of
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.
    Laboratory Analysis of Lube Oil and Coolant
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor for laboratory analysis of lube oil and coolant samples. The procurement requires comprehensive testing services, including data analysis, quality assurance, sample storage, and the provision of sample kits, with an emphasis on trend analysis and expert consultation for USCG vessels. This contract is crucial for maintaining the operational reliability of the Coast Guard's fleet, ensuring that equipment conditions are monitored effectively. Interested contractors must be ISO 17025 certified, capable of processing up to 100 samples per day, and provide results within two business days. For further inquiries, potential bidders can contact Seth Andrew at seth.a.andrew@uscg.mil or Raina Haynes at Raina.O.Haynes@uscg.mil. The current contract, valued at $874,526.28, is held by ALS Global and is set to continue until September 16, 2024.
    FY24 BROAD AGENCY ANNOUNCEMENT FOR INNOVATIVE ENVIROMENTAL TECHNOLOGIES AND METHODOLOGIES
    Active
    Dept Of Defense
    FY24 BROAD AGENCY ANNOUNCEMENT FOR INNOVATIVE ENVIRONMENTAL TECHNOLOGIES AND METHODOLOGIES The Department of Defense, specifically the Department of the Navy, is seeking innovative environmental technologies and methodologies through a Broad Agency Announcement (BAA) issued by the Naval Facilities Engineering and Expeditionary Warfare Center (NEXWC). This BAA is open for one year from the date of publication and replaces a previous announcement. The purpose of this BAA is to find technologies and methodologies that can reduce environmental impacts from current and past Navy operations. These technologies and methodologies should be new, innovative, advance the state-of-the-art, or increase knowledge or understanding of a technology or methodology. The BAA applies to Navy installations worldwide. The BAA is divided into seven topic areas: Environmental Assessment, Restoration, and Cleanup: Technologies or methodologies to assess and remediate existing pollution generated by military operations, including evaluation of environmental fate and transport, risk reduction, and establishing cleanup goals. Conservation of Natural Resources: Practices to manage operations' impacts, protect rare and endangered species, and comply with environmental legislation. Unexploded Ordnance (UXO): Technologies or methodologies for detecting, locating, de-energizing, disposing, or remediating UXO generated by military operations. Technologies and Methodologies Addressing Emerging Chemicals: Solutions for addressing chemicals detected in global drinking water supplies at trace levels, such as per- and polyfluoroalkyl substances (PFAS) and pharmaceuticals. Environmental Compliance: Process design changes or management practices to facilitate the Navy's compliance with environmental regulatory requirements. Resilient Infrastructure Crucial for Enduring Environmental Protection: Methods, processes, tools, equipment, and facilities to assess and minimize environmental impacts and climate change affecting installation mission readiness. Remote Sensing and Web-Based Data Processing, Modeling, and Reporting of Environmental Data: Use of unmanned aircraft systems and other technologies for monitoring and interpreting environmental data. Interested parties can submit abstracts/white papers specific to one of the topic areas. Abstracts will be evaluated based on relevance and merit by a Government Technical Evaluation Board (TEB) consisting of experts in environmental technology areas. Successful abstracts will be posted on a protected website for DoD use only. When an abstract aligns with a customer need and funding, the NEXWC contracting office may request a full proposal. The evaluation of abstracts will consider technical factors such as scientific/technical merits, qualifications and experience of key personnel, past performance, and cost relative to the proposed approach. Contracts awarded will have an average duration of one to three years. It is important to note that submitting an abstract does not guarantee a contract, and NEXWC reserves the right to select any, all, or none of the proposals received. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract awards. This BAA does not have any solicitation documents other than the submission form, and there is no commitment by the Navy to make any contract awards or be responsible for any expenses incurred by offerors before a contract award. The BAA allows for sharing qualified abstracts with other Federal Government activities to seek demonstration sites and/or funding. Histor