19--32' RESEARCH VESSEL with TRAILER
ID: 140P9725Q0019Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Boat Building (336612)

PSC

MISCELLANEOUS VESSELS (1990)

Set Aside

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

    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking proposals for the procurement of a 32-foot aluminum landing craft research vessel intended for use in Glacier Bay National Park, Alaska. The vessel must adhere to U.S. Coast Guard regulations and include specific features such as a walk-around cabin, advanced electrical and navigation systems, and safety equipment, with a total delivery deadline set for 720 days post-award. This procurement is crucial for enhancing research capabilities and operational efficiency within national parks, ensuring compliance with safety and functional standards. Interested small businesses must submit their quotations electronically by June 16, 2025, with inquiries accepted until May 23, 2025; for further details, vendors can contact Ronald Bunch at ronald_bunch@nps.gov or by phone at 907-201-7719.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service is soliciting proposals for a 32-foot high-speed aluminum research vessel for use at Glacier Bay National Park. The craft must feature a walk-around wheelhouse, open deck, and comply with U.S. Coast Guard and ABYC regulations. Key specifications include a robust hull made of marine-grade aluminum with watertight compartments, a capacity of 4,000 lbs, and sustainability features like safety railings, D-rubber fenders, and heavy-duty deck hatches. The vessel's interior will accommodate eight passengers and include versatile seating, various essential systems, and a comprehensive electronics suite for navigation and communication. Additionally, the vessel will be equipped with safety features including a fire extinguishing system, detectors, and a carbon monoxide detector. It should have an extensive hydraulic and electrical system to support operations and work with advanced navigation and safety technologies. Delivery of the vessel, alongside a detailed documentation package and training for park staff, is expected within 360 days post-award. This RFP outlines stringent technical requirements and warranties, reflecting the commitment to operational integrity and safety in national park environments.
    The National Park Service (NPS) is soliciting proposals for the procurement of a 32-foot high-speed aluminum landing craft research vessel for Glacier Bay National Park. The vessel must comply with U.S. Coast Guard regulations and ABYC standards, and its construction will involve a monohull design with specific characteristics, including engine specifications, hull materials, and safety equipment. Notable features include a walk-around cabin with seating, a fully functional deck, and advanced electrical and navigation systems. Vendors are required to meet numerous detailed specifications encompassing hull construction, safety features, outfitting, electrical and hydraulic systems, and necessary documentation upon delivery. The vessel's total delivery deadline is set at 720 days post-award, with an extended warranty for equipment. Potential options for customization include a hydraulic anchor winch and a bimini top. This document serves as a critical component of a federal Request for Proposals (RFP), supporting the NPS’s mission to enhance research capabilities and operational efficiency within national parks, addressing both functional and safety standards in maritime operations.
    The government document outlines responses to specific questions related to request for proposals (RFP) for a marine vessel project, focusing on essential features and specifications. Key revisions include accepting 100% electric or electric-hydraulic trim tabs, along with a new Zip Wake system. The deck must possess a non-slip surface, and equipped shock-mitigating seats are required, with specific brands suggested. Additionally, guidelines for the height and structure of stern tow posts have been detailed, specifying aluminum pipe construction. The proposal now also accommodates aluminum trailers as an acceptable alternative to galvanized trailers. Notably, there will be no requirement for an onboard toilet. The overall purpose of these modifications is to clarify specifications to ensure compliance and effectiveness in the project execution.
    The document pertains to Amendment 01 of a solicitation related to a federal contract, specifically referencing solicitation number 140P9725Q0019. The amendment serves two primary purposes: it answers vendor inquiries and extends the request for quotation (RFQ) closing date to June 9, 2025, at 5:00 PM EDT. It emphasizes the necessity for contractors to acknowledge receipt of this amendment to avoid rejection of their offers. The communication must include specific references to the solicitation and amendment numbers, and responses are required prior to the specified opening date. All other terms and conditions from the original solicitation remain unchanged, ensuring continuity in the procurement process. The document is issued by the National Park Service's Alaska Regional Office and is essential in maintaining procedural integrity and clear communication with potential contractors.
    This document is an amendment to a solicitation identified as 140P9725Q0019, issued by the National Park Service, Alaska Regional Office. The primary purpose of Amendment 02 is to extend the due date for submissions of offers to June 16, 2025, at 5:00 PM EDT. The amendment specifies that all previous terms and conditions remain unchanged despite the changed submission deadline. Contractors must acknowledge receipt of this amendment through various methods, such as completing the amendment copies or via written or electronic communication. The document emphasizes the requirement for timely acknowledgment to prevent the rejection of offers, showcasing the importance of compliance in government procurement processes. The amendment process ensures transparency and fairness in the solicitation while allowing contractors to adjust their proposals as needed within the new timeline.
    The document is a Request for Quotation (RFQ) from the National Park Service for a 32-foot Research Landing Craft Vessel with a trailer intended for Glacier Bay National Park in Alaska. This solicitation is a total small business set-aside, guided by the North American Industry Classification System (NAICS) code 336612 for Boat Building. Interested vendors must submit their quotations electronically, complying with specific requirements such as including a project narrative and a price schedule detailing the base item and options. The RFQ is open from May 1, 2025, to June 2, 2025, with inquiries accepted until May 23, 2025. The award period is anticipated to span from June 16, 2025, to June 15, 2027, though funding is pending. The selection criteria for awarding the contract include technical capability, past performance, and total price, ensuring the chosen vendor provides the best value to the government. A comprehensive list of federal acquisition regulations (FAR) clauses and the obligation to submit invoices electronically via the Treasury's Invoice Processing Platform (IPP) are included. The document reflects the government's commitment to supporting small businesses while adhering to regulatory compliance for acquisitions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    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.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.