Manchester Campus Addition Construction at the Manchester Research Station in Port Orchard, Washington
ID: 1305M4-24-R-0071Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASILVER SPRING, MD, 20910, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
  1. 1
    Posted Feb 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 4:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for the construction of the Manchester Campus Addition at the Manchester Research Station in Port Orchard, Washington. This project involves the construction of a new Lab and Office Building (15,526 GSF) and a Recirculating Aquaculture System (RAS) building (8,830 GSF), aimed at enhancing NOAA's research capabilities in the region. The total construction budget for the base items is approximately $21,352,305, with the project being open to unrestricted competition. Interested contractors must submit their proposals by the specified deadline and can reach out to primary contact Ronette McBean-Felder at ronette.mcbean-felder@noaa.gov or (202) 709-9253 for further inquiries.

Files
Title
Posted
The document outlines a Per- and Polyfluoroalkyl Substances (PFAS) Treatment System Monitoring Sampling and Analysis Plan (PSAP) for the National Oceanic and Atmospheric Administration's (NOAA) Manchester Research Station in Washington. This plan details procedures for sampling and analyzing effluent water quality as part of the Clean Harbors PTS-660 PFAS Water Treatment System. The monitoring supports regulatory compliance for discharging treated PFAS-impacted groundwater into Clam Bay. Key elements include an overview of the treatment system, a description of the site’s history with potential contamination from PFAS and other compounds, and data quality objectives for effective monitoring. The PSAP specifies monthly sampling of influent and effluent, along with assessments for breakthrough contaminants. The plan is essential for ensuring that the treatment system operates effectively and meets environmental standards set by the EPA and applicable Washington regulations. The involvement of various agencies, including NOAA, EPA, and Ahtna Solutions, signifies a coordinated approach to environmental management and compliance in addressing PFAS contamination. Through this rigorous monitoring plan, NOAA aims to mitigate environmental impacts while expanding its research capabilities at the Manchester Station.
Mar 25, 2025, 6:05 PM UTC
The Waste Characterization Sampling and Analysis Plan (WCSAP) outlines the procedures for soil and water sampling during the National Oceanic and Atmospheric Administration's (NOAA) Manchester Research Station Seawater System Replacement and Campus Addition Project in Manchester, Washington. The plan is designed to identify potential contaminants within the site's historical context as part of it being listed as a Superfund site. Key objectives include waste characterization for disposal and reuse, data quality assurance, and compliance with EPA guidelines. The document emphasizes rigorous sampling methods and analytical testing, with detailed instructions for the collection, preservation, and handling of samples, including those for PFAS and PCBs. It specifies field procedures, laboratory requirements, sample documentation, and waste disposal protocols, ensuring adherence to regulatory standards. Quality control is a priority, featuring protocols for both field and laboratory samples to validate data integrity. The collaborative oversight between NOAA, EPA, and the U.S. Army Corps of Engineers aims to minimize environmental risk. This comprehensive and structured plan reflects the project's commitment to environmental stewardship in the context of federal and state regulations regarding hazardous waste disposal and site remediation.
Mar 25, 2025, 6:05 PM UTC
The Contingency Underground Storage Tank (UST) Removal Plan outlines procedures for the potential removal and disposal of USTs at the Manchester Research Station during a seawater system upgrade, addressing compliance with local, state, and federal regulations. The document provides a framework for the roles of both the UST decommissioning contractor and the environmental consultant. The contractor must have relevant licensing, notify local authorities before tank removal, and follow specific protocols for decommissioning, including safe liquid disposal, soil excavation, and adherence to the Stormwater Pollution Prevention Plan. Documentation of the closure process is essential, requiring submission of a certification form to the Washington State Department of Ecology. The environmental consultant is tasked with monitoring UST removal, assessing soil conditions for petroleum contamination, and conducting post-removal sampling. This includes preparing reports summarizing findings and ensuring compliance with state guidelines. The plan emphasizes the importance of rigorous environmental oversight, regulatory adherence, and safety in managing UST removal within the context of environmental protection and site refurbishment efforts undertaken by federal and state agencies.
Mar 25, 2025, 6:05 PM UTC
The document outlines requirements and procedures for the identification, removal, and disposal of subsurface asbestos-clad piping within a specified project area. It mandates that construction contractors must halt work if asbestos-containing materials are found, notifying the appropriate authorities immediately. Key responsibilities include ensuring compliance with federal, state, and local regulations surrounding asbestos management and worker safety. The contractor must provide training for personnel engaged in asbestos abatement, maintain air quality monitoring, and facilitate proper disposal of hazardous materials. Specific attention is given to job submittals, including licensing and permits, as well as monitoring air quality pre-, during, and post-abatement to adhere to safety standards set by OSHA, EPA, and state regulations. The document emphasizes the importance of maintaining safe work areas, protecting the public, and communicating effectively with regulatory bodies throughout the project. This structured approach is essential for ensuring health and safety during hazardous material remediation efforts, aligning with federal and state grant requirements and local RFPs focused on environmental safety.
Mar 25, 2025, 6:05 PM UTC
The document details the analysis of Per- and Polyfluoroalkyl Substances (PFAS) in water, soil, and biosolids using liquid chromatography/tandem mass spectrometry (LC/MS/MS), following federal guidelines outlined in EPA Method 1633. It encompasses project limits, standard operating procedures, and the specific calibration and quality control methodologies necessary for accurate detection and quantitation of various PFAS compounds. Key procedures include sample extraction, clean-up, and analysis, emphasizing the importance of interferences and contamination avoidance due to the widespread nature of PFAS. Safety protocols regarding handling hazardous materials and equipment maintenance are also outlined. This document is essential for ensuring compliance with federal standards and improving analytical accuracy, supporting government-funded projects aimed at environmental monitoring and remediation of PFAS contamination. The explicit guidelines serve as a framework for laboratories involved in related federal grant and RFP processes.
Mar 25, 2025, 6:05 PM UTC
Clean Harbors submitted a proposal to Prospect Construction Inc. for a PTS-660 PFAS Water Treatment System, intended for use at the NOAA research facility in Manchester, Washington. The treatment system is designed to manage hydrocarbon and PFAS-contaminated groundwater, crucial during construction activities involving excavation. The proposed system can treat up to 180 gallons per minute (GPM) and has the capacity for expansion to 220 GPM if a second polishing vessel is utilized. The proposal outlines the treatment process, including a series of filtration and reactivation stages that can achieve non-detection levels for PFAS contaminants. Clean Harbors emphasizes their experience in over 60 similar projects, ensuring compliance with environmental regulations. Additionally, monitoring measures and conditional logistics for media change-out and waste disposal are provided. The document includes operational requirements, staffing, and rental costs associated with the system, as well as recommendations for maintaining treatment effectiveness through regular sampling and analysis. The EPA has also specified discharge monitoring requirements for treated water, reinforcing the necessity for careful processing to mitigate environmental impacts. This initiative reflects governmental efforts to address PFAS contamination while facilitating ongoing infrastructure development.
Mar 25, 2025, 6:05 PM UTC
The document outlines analytical methods and certification limits for soil and water testing related to Project 58020684 - NOAA Manchester. It details various analytical groups, method descriptions, and the specific analytes being measured, including Polychlorinated Biphenyls (PCBs), per- and polyfluoroalkyl substances (PFAS), heavy metals, and volatile organic compounds (VOCs). Each entry specifies the method code, analyte CAS numbers, reporting limits (RL), method detection limits (MDL), and limits of detection (LOD) alongside calibration standards for various testing parameters. The purpose is to ensure compliance with environmental quality standards and the accuracy of contaminant detection in soil and water samples. This aligns with federal regulations governing environmental assessments and grants for projects requiring precise ecological monitoring. The structure emphasizes detailed quantitative measures, highlighting the importance of rigorous testing protocols for health, safety, and regulatory adherence in environmental investigations.
Mar 25, 2025, 6:05 PM UTC
The document outlines the scope of accreditation for Eurofins Denver under ISO/IEC 17025:2017, which is valid until October 31, 2025. It reflects the successful assessment of the laboratory in compliance with the TNI Environmental Testing Laboratory Standard and the DoD and DOE environmental accreditation programs. The certification permits Eurofins Denver to perform various recognized EPA testing methods related to environmental analysis, particularly focusing on water and solid hazardous waste analyses. The approved testing technologies include Atomic Absorption, Gas Chromatography, and High-Performance Liquid Chromatography, among others. A detailed table lists the numerous analytes the laboratory can assess, covering metals, nutrients, and organic compounds. This accreditation serves as a critical endorsement for Eurofins Denver's capabilities, ensuring adherence to stringent environmental testing standards, which is essential for compliance in federal and state environmental grant and RFP processes.
Dec 18, 2024, 2:03 AM UTC
The solicitation outlines the National Oceanic and Atmospheric Administration's (NOAA) request for proposals regarding the construction of a new addition to the Manchester Campus at the Manchester Research Station in Washington. The scope includes building approximately 24,000 Gross Square Feet for laboratory and office facilities, with detailed services specified across multiple Construction Line Item Numbers (CLINs), addressing aspects such as substructure, shell, interiors, and sitework. The project is open for unrestricted competition, with a total budget of approximately $22.7 million for the base items and $11.9 million for optional elements. The successful contractor will need to submit sealed proposals, complete performance within a specified timeframe of 700 calendar days post-award, and comply with various federal acquisition regulations and bond requirements. The document delineates stringent criteria for pricing, performance guarantees, and additional requirements for optional services related to a new aquaculture system. This comprehensive solicitation aims to ensure thorough contractor engagement to complete NOAA's infrastructure improvements while adhering to budgetary limits and regulatory compliance, reflecting broader federal objectives in facility modernization and environmental sustainability.
Mar 25, 2025, 6:05 PM UTC
The document outlines Eurofins TestAmerica's Standard Operating Procedure (SOP) DV-LC-0044 for analyzing Per- and Polyfluoroalkyl Substances (PFAS) in water, soil, and biosolid samples using Liquid Chromatography-Tandem Mass Spectrometry (LC/MS/MS) in compliance with EPA Method 1633. It specifies the scope of the method, including the various PFAS compounds to be analyzed, sample preparation steps, and an integrated quality control strategy to ensure accuracy and reliability of results. The procedure describes extraction methods (solid phase extraction and sonication), potential interferences, and necessary safety protocols, emphasizing that all laboratory materials must be handled as potentially contaminated to prevent PFAS residues. Detailed instructions on equipment maintenance, sample holding times, and calibration processes are included, along with quality control measures that include method blanks, laboratory control samples, and responses to nonconformance. Overall, this SOP captures the rigorous technical requirements necessary for accurate PFAS analysis, ensuring environmental compliance and content safety.
The document outlines the accreditation status of Eurofins Seattle, confirming its compliance with ISO/IEC 17025:2017 standards and the U.S. Department of Defense's Quality Systems Manual for Environmental Laboratories. The accreditation assures that Eurofins Seattle possesses the technical competence and quality management systems required for environmental testing. The certificate is valid until January 19, 2025, and is accompanied by a comprehensive scope detailing various analytical methods and analytes, including non-potable water testing for heavy metals, volatile organic compounds, and several organic and inorganic substances using advanced techniques like ICP-AES, ICP-MS, GC/MS, and others. The certificate must be verified through the American National Standards Institute's accreditation website for its authenticity. This document is essential for stakeholders involved in federal grants and RFPs, ensuring they engage with accredited laboratories for reliable testing services crucial for environmental and health safety compliance. Overall, it underscores the importance of recognized standards in laboratory operations vital for federal and local regulatory needs.
Mar 25, 2025, 6:05 PM UTC
Eurofins Sacramento, located in West Sacramento, CA, is accredited under the ISO/IEC 17025:2017 standard and the U.S. Department of Defense Quality Systems Manual for Environmental Laboratories. This accreditation, valid until January 20, 2027, confirms the laboratory's technical competence and adherence to a quality management system. The scope of accreditation encompasses environmental testing methods for non-potable water, focusing on contaminants such as Per- and Polyfluoroalkyl Substances (PFAS) and polychlorinated biphenyls (PCBs), using methods including LC/MS/MS and GC/HRMS as outlined by the EPA. The document details various analytes tested, including different forms of PFAS and numerous PCB congeners, affirming the lab's capabilities in complying with stringent testing standards. This certification is essential for government RFPs and grants, emphasizing the laboratory's recognized qualifications for environmental assessments, thus supporting safety and regulatory compliance in public health and safety initiatives.
Mar 25, 2025, 6:05 PM UTC
The document certifies that Eurofins Sacramento laboratory is accredited under the ISO/IEC 17025:2017 standard, confirming its technical competence in testing and adherence to a quality management system. The accreditation, valid until January 20, 2027, covers various testing methods for environmental parameters in non-potable water, including analyses for contaminants like chromium, bromide, chloride, nitrate, nitrite, and multiple per- and polyfluoroalkyl substances (PFAS). The laboratory utilizes advanced techniques such as colorimetric, ion chromatography, and LC/MS/MS as per EPA guidelines. This certification assures stakeholders that Eurofins Sacramento meets rigorous standards for accuracy and reliability in environmental testing, facilitating compliance with federal and state regulations, potentially impacting government RFPs and grant applications focused on environmental health and safety. The structured format includes overview details, the accreditation certificate, and an exhaustive list of the testing methods and analytes, signaling robust operational capability that aligns with necessary regulatory frameworks.
The National Oceanic and Atmospheric Administration (NOAA) is soliciting bids for the construction of the Manchester Campus Addition at the Manchester Research Station in Port Orchard, Washington. This project seeks to build a new approximately 24,000 Gross Square Feet facility. It is being offered under full and open competition with a projected construction budget of $21,352,305 for the base items. Various task areas, termed Contract Line Item Numbers (CLINs), detail specific responsibilities such as substructure, shell construction, interior work, and associated services like plumbing and HVAC. Optional additional services extend to landscaping and lab equipment installation among others. The contractor must commence work within ten days after the award and is required to submit sealed bids by the specified deadline. Performance and payment bonds are mandated for the selected contractor, reflecting the project’s scale and regulatory standards. The project underscores NOAA's commitment to enhancing its research capabilities through new construction while adhering to budgetary constraints and thorough procedural guidelines.
Mar 25, 2025, 6:05 PM UTC
The Manchester Research Station Campus Addition Proposal outlines the comprehensive construction plan for laboratory and office buildings, detailing costs associated with various components such as substructure, shell, interiors, services, equipment, special construction, and sitework. The proposal encompasses a breakdown of itemized costs for foundations, walls, and specialized laboratory environments, along with necessary infrastructure like plumbing, electrical systems, and landscaping. The document emphasizes the importance of markup percentages for general administration, bonding, insurance, overhead, and profit margins. Notably, it addresses the disposal of contaminated soil, which requires specific considerations for compliance with environmental regulations at designated landfills. Additional elements include furniture, fixtures, equipment, and enhancements like building signage and premium finishes. In the context of government RFPs and grants, this proposal exemplifies a structured design and construction approach, highlighting meticulous planning essential for federal and state funding considerations. It reflects the government's commitment to improving research facilities through strategic investments and detailed project management.
Mar 25, 2025, 6:05 PM UTC
The document outlines a Small Business Subcontracting Plan for [Company XXX], adhering to the requirements of the Small Business Act and the Federal Acquisition Regulation (FAR). It identifies the company and contract details, categorizes the plan as an Individual Subcontracting Plan, and sets forth specific goals for subcontracting with small businesses, including HUBZone, disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned entities. The plan details planned dollar amounts and percentage goals for each business category and establishes a method for developing these goals, identifying potential subcontractors, and tracking compliance. The plan articulates the role of a designated Program Administrator responsible for overseeing the subcontracting program, promoting opportunities for small businesses, and ensuring equitable participation. It also emphasizes the inclusion of specific FAR clauses in subcontracts, outlines responsibilities for reporting and recordkeeping, and assures compliance with the subcontracting goals. Overall, this plan reflects the company's commitment to fostering small business participation in federal contracting, ensuring fair opportunities, and adhering to regulatory requirements to enhance procurement diversity.
Mar 25, 2025, 6:05 PM UTC
The document outlines the layout and operational guidelines for the NOAA Manchester Research Station campus. It details various buildings and facilities such as labs, storage areas, and emergency power systems, with specific identifiers for each location. The site plan includes zones for contractor activity, noting areas designated for laydown, office space, and parking while maintaining access routes during construction. Importantly, it emphasizes the requirement for one-way traffic access to facilities, demanding advance coordination for any restrictions. Security measures, including gate operating hours, are also noted to ensure operational safety. Overall, this document serves as an essential reference for contractors and staff involved in upcoming projects, establishing site expectations and compliance needs in alignment with federal operational standards.
Mar 25, 2025, 6:05 PM UTC
The Environmental Media Management Plan (EMMP) outlines procedures for managing potential contaminated soils and water during the National Oceanic and Atmospheric Administration (NOAA) Manchester Research Station's seawater system replacement and campus addition project in Washington. The site, part of the Old Navy Dump/Manchester Superfund Site, has a history of contamination from Navy activities, including fire training and waste disposal. The EMMP defines the management of various contaminants, including petroleum hydrocarbons, dioxins, and per- and polyfluorinated alkyl substances (PFAS). It categorizes soils based on contamination levels into Soil Management Classes (SMC1-3), specifying guidelines for excavation, storage, reuse, and disposal. Measures for addressing unanticipated contamination are also detailed. Health and safety considerations for construction personnel are emphasized, including the development of a specific Health and Safety Plan. The EMMP ensures compliance with previous decisions made by the EPA and other regulatory bodies, aiming to protect human health and the environment throughout the construction process. This plan is a vital component of federally funded projects, reflecting community and regulatory concerns over environmental safety and compliance within public works initiatives.
Mar 25, 2025, 6:05 PM UTC
The Environmental Media Management Plan (EMMP) addendum outlines soil and water management for the Seawater System Replacement and Campus Addition Project at the NOAA Manchester Research Station, approved by the EPA. Updated in February 2025 after construction findings, it primarily addresses soil contamination discovered during excavation. Contaminated soil is categorized for disposal based on testing results, distinguishing between uncontaminated (SMC1), slightly contaminated (SMC2), and highly contaminated (SMC3) soils, with specific disposal methods stipulated. For water management, the document reviews disposal options due to limitations faced. Treatments using a PFAS filtration system for contaminated groundwater are mandated, directing treated water for discharge via a seawater outfall. The NOAA is required to monitor PFAS levels in the effluent monthly, adhering to EPA guidelines. This plan reflects ongoing compliance with regulatory frameworks and environmental protection standards, ensuring safe management of contaminated materials while allowing project progression. The comprehensive regulatory approach illustrates the coordination between NOAA and EPA to mitigate environmental impacts during this significant infrastructure initiative.
Dec 18, 2024, 2:03 AM UTC
The NOAA is initiating a construction project titled "Manchester Campus Addition" at the Northwest Fisheries Science Center in Port Orchard, Washington. This Full and Open Competition requires contractors for a new facility of approximately 24,000 GSF focused on marine research. The construction will include modern laboratories, wet and dry labs, office spaces, and specialized systems for aquatic research. The project aims to consolidate functions from the Montlake and Mukilteo facilities to support better resource management for the Northeast Pacific's marine life. The estimated budget is between $25M and $35M, with a contract duration of approximately 700 days. Contractors must register in the System for Award Management to participate, with a solicitation expected around February 4, 2025, and proposals due by April 4, 2025. A site visit is scheduled for February 21, 2025. The project evaluation will employ a tradeoff approach, allowing selection based on both cost and technical factors, emphasizing the best value over the lowest bid. NOAA encourages potential bidders to review draft documents to understand requirements, ensuring they are ready to meet performance standards outlined in the RFP.
The document outlines Amendment 0001 for a construction project at the Manchester Research Station, under the National Oceanic and Atmospheric Administration (NOAA). Key updates include revised specifications for the building's gross square footage and terminology changes from "Recirculating Aquaculture System (RAS) Component" to "RAS Building." Additionally, several clauses governed by recent Executive Orders have been removed or updated to reflect compliance changes. It emphasizes the necessity for offerors to acknowledge receipt of the amendment and provides detailed instructions for proposal submissions, including electronic formats and page limits. The amendment addresses various offeror questions about project requirements, timelines, and past performance criteria, clarifying that only projects relevant in scope and recentness will be assessed. It affirms the acceptance of previously completed Past Performance Questionnaires and allows for modifications to financial thresholds for relevant projects, now allowing projects completed within the last ten years with costs exceeding $15 million. Overall, the amendment serves to refine the proposal process, ensure compliance with updated regulations, and clarify expectations, thereby enhancing the solicitation's clarity for potential contractors in the competitive bidding process.
The document is Amendment 0002 related to the Request for Proposals (RFP) for the Manchester Campus Addition Construction at the Manchester Research Station, addressing logistical adjustments and clarifications for potential offerors. Key updates include a new date for the Phase II Pre-Proposal Conference, responses to offeror questions, and modifications to submission requirements regarding project management and past performance evaluations. Significantly, the amendment extends the acknowledgment period for receipt of amendments, while clarifying that no pricing is required in Phase 1 submissions. It emphasizes the importance of correctly completing required forms, including the Standard Form 30, and the necessity for submitted proposals to include references to prior amendments. The document further addresses specific queries from potential offerors concerning submission requirements for project photos, qualifications of personnel, project value thresholds, and definitions of relevant experience. It provides guidance on using different scheduling software and reaffirms the necessity of including both interim and completed Contractor Performance Assessment Reports (CPARS). Overall, the amendment underscores the Government’s commitment to refining proposal requirements, ensuring clarity for contractors, and maintaining compliance with federal regulations while facilitating a competitive bidding process.
Similar Opportunities
Construction Services - Fish River and Weeks Bay Marsh Restoration
Buyer not available
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.
NORTEK AQUADOPP PROFILER FOR NOAA CENTER FOR OPERATIONAL OCEANOGRAPHIC PRODUCTS AND SERVICES (CO-OPS) OFFICE
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Nortek USA Inc. for the procurement of Nortek Aquadopp Profilers to support high-latitude oceanographic sensor deployments as part of the Department of Defense’s Arctic Edge 2025 exercise near Anchorage, Alaska. The Aquadopp Profiler 2 Z-Cell 600 kHz is uniquely suited for this mission due to its zero-blank distance capability, which allows for accurate current measurements in challenging Arctic environments, and its compatibility with existing NOAA operational infrastructure. Interested parties who believe they can meet the government's requirements may submit documentation to the primary contact, Michelle Walton, at michelle.walton@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
NATIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT III - POOL ONE (NMACC III – Pool 1): BASE SEATTLE SLIP 36 COMPREHENSIVE ENVIRONMENTAL RESPONSE COMPENSATION AND LIABILITY ACT (CERCLA) CLEAN UP AND WATERFRONT RECAPITALIZATION PHASE 1A
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the National Multiple Award Construction Contract III - Pool One (NMACC III – Pool 1) to undertake a comprehensive environmental cleanup and waterfront recapitalization project at Base Seattle. This project, valued at approximately $190 million, involves the demolition of existing structures, upgrading utilities, dredging contaminated sediment, and constructing new facilities to support the homeporting of new USCG Polar Security Cutters. The procurement process emphasizes compliance with environmental standards and construction labor regulations, with key deadlines for proposal submissions set for non-price proposals by April 29, 2025, and price proposals by May 7, 2025. Interested parties should direct inquiries to Ms. Mathuei M. Kenneybrew at mathuei.m.kenneybrew@uscg.mil for further information.
N4425525R1504 Waterfront MACC, NAVFAC Northwest
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is preparing to solicit proposals for a Waterfront Multiple Award Construction Contract (MACC) aimed at addressing construction needs within its area of responsibility, primarily in Washington State. This procurement will encompass a range of construction activities, including new construction, renovation, and repair of marine facilities such as piers, wharves, and docks, with a total contract value not to exceed $700 million and individual task orders ranging from $100,000 to $200 million. Interested contractors should note that the solicitation is expected to be issued in May 2025, with a two-phase proposal process and a minimum guarantee for all MACC awardees. For further inquiries, potential offerors can contact Emily Slate at emily.m.slate.civ@us.navy.mil or Nancy Coffee at nancy.coffee@navy.mil.
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.
Request for Information (RFI): NESDIS Consolidated Antenna and Ground Systems Services (NCAGSS)
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is conducting a Request for Information (RFI) to gather insights on Consolidated Antenna and Ground Systems Services (NCAGSS). The objective is to assess the marketplace's capabilities in providing sustainment and maintenance services for legacy antenna systems, developing new capabilities in various orbital domains, and supporting Antenna-as-a-Service (NAaaS) initiatives. This initiative is crucial for NOAA's mission to deliver timely access to global environmental data, enhancing the efficiency and reliability of satellite operations. Interested vendors are encouraged to submit their responses by May 5, 2025, and can direct inquiries to Jame Chang at jame.chang@noaa.gov or Kortney Carter at Kortney.Carter@noaa.gov.
MARCERATOR NOAA SHIP RON BROWN
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals from qualified small businesses for the procurement of a marine-grade, high-capacity food waste macerator for the NOAA Ship Ronald H. Brown. The macerator must meet specific requirements, including a 5.5kW power capacity, the ability to grind food waste to less than one inch, and be housed in an acid-proof stainless steel cabinet suitable for marine environments, ensuring compliance with MARPOL regulations for sea disposal. This acquisition is crucial for enhancing operational efficiency and environmental compliance in maritime waste management. Interested vendors must submit their quotations by March 17, 2025, and direct any inquiries to Alexander Cancela at alexander.cancela@noaa.gov by March 12, 2025. The solicitation is a total small business set-aside under NAICS code 333310, with all proposals evaluated based on best value criteria.
96--Purchase of Galvanized Steel Wire for PMEL
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotations for the purchase of 50 reels of galvanized steel wire rope, designed with a watertight orange polypropylene jacket, for the Pacific Marine Environmental Laboratory (PMEL). Each reel will contain 2,346 feet of wire, totaling 117,300 feet, which is critical for supporting NOAA's Global Tropical Moored Buoy Array, facilitating essential oceanographic and climatic data collection. Interested vendors must submit their quotes by April 30, 2025, with evaluations based on technical specifications, delivery timelines, and pricing, emphasizing that non-price factors will be significantly more important than cost. For inquiries, potential bidders can contact Stephanie Mas at stephanie.mas@noaa.gov or by phone at 303-578-6768.
GROUNDS KEEPING SERVICES AT THE NATIONAL WEATHER F
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes for groundskeeping services at the National Weather Forecast Office in Anchorage, Alaska. The procurement involves providing all necessary labor, equipment, and materials for comprehensive grounds maintenance, including mowing, weeding, and seasonal cleanups, under a total small business set-aside with a NAICS code of 561730. This contract is crucial for maintaining the operational environment of the weather office and is valued at approximately $88,245.48 for the base year, with options for four additional years. Interested contractors must submit their quotes electronically by April 25, 2025, to Jamie Rosales at Jamie.Rosales@noaa.gov, and are encouraged to complete a site visit to better understand the project requirements.
Snow Removal Services for Sterling WFO and FSC
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal snow removal services for the National Weather Service (NWS) Weather Forecast Office (WFO) and Field Support Center (FSC) located in Sterling, Virginia. The procurement involves a five-year contract with a total not-to-exceed amount of $250,000, requiring contractors to deliver all necessary labor, equipment, and materials for effective snow and ice removal, ensuring operational safety and accessibility during winter weather conditions. Interested parties must submit their quotes electronically by April 25, 2025, and can direct inquiries to Stephanie Mas at stephanie.mas@noaa.gov or by phone at 303-578-6768.