M--NOAA SHIP FAIRWEATHER NOME, ALASKA HUSBANDRY SERVI
ID: 1333MK25Q0054Type: Combined Synopsis/Solicitation
AwardedMay 28, 2025
$121.1K$121,091
AwardeeTITANIUM LOGISTIC SERVICES, LLC 296 N. MAIN STREET SUITE 30 East Longmeadow MA 01028 USA
Award #:1333MK25P0122
Overview

Buyer

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

NAICS

Port and Harbor Operations (488310)

PSC

HUSBANDING SERVICES—OTHER PORT SERVICES (M2BZ)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide husbandry services for the NOAA Ship Fairweather during its visits to the Port of Nome, Alaska, from June to December 2025. The procurement includes essential services such as moorage, line handling, garbage disposal, potable water supply, and fuel services, with specific anticipated moorage dates outlined for three contract line items (CLINs). These services are critical for supporting NOAA's hydrographic survey missions in Alaskan waters, ensuring operational efficiency and compliance with federal regulations. Interested vendors must submit their quotes by February 21, 2025, and direct any inquiries to Alexander Cancela at alexander.cancela@noaa.gov.

    Point(s) of Contact
    CANCELA, ALEXANDER
    ALEXANDER.CANCELA@NOAA.GOV
    Files
    Title
    Posted
    The document pertains to an amendment of solicitation number 1333MK25Q0054, detailing requirements for potential contractors submitting offers. It emphasizes the necessity for bidders to acknowledge receipt of the amendment by a specified deadline to avoid rejection of their offers. The changes include an extension of the solicitation deadline, a request for itemized quotes by Contract Line Item Number (CLIN), and a requirement for bidders to sign and return the amendment. While these modifications have been made, all other terms and conditions originally outlined remain unchanged. The amendment ensures clarity in submission processes, crucial for compliance in federal procurement activities. Overall, it underscores the importance of adhering to procedural guidelines in government contracts while maintaining transparency and fairness in bid submissions.
    The NOAA Ship Fairweather is scheduled to conduct hydrographic surveys off the Alaskan coast from June to December 2025, with planned port calls to Nome, Alaska. This Statement of Work outlines the port services required during these visits. Two visits are scheduled, with each lasting approximately seven days. Services required include guaranteed moorage, line handling, garbage hauling, potable water supply, and fuel availability. The selected docking location must accommodate specific security and depth requirements while allowing access for personnel and vehicles. Optional services, such as bilge water removal and shore power, may also be requested. The Contracting Officer oversees all contract modifications, ensuring compliance with operational needs. Payment for services is due within thirty days of invoice receipt, with partial payments allowed after each port visit. This document serves as a formal Request for Proposal (RFP), setting the stage for contractors to provide necessary support for NOAA's maritime operations.
    The document outlines a Statement of Work (SOW) for port services to support NOAA Ship Fairweather during its hydrographic survey missions off the Alaskan coast from July to December 2025. The ship, stationed primarily in Ketchikan, will make 2-3 port calls to Nome, Alaska, requiring specific logistical support, including moorage at designated docks, line handling, garbage disposal, potable water supply, and fueling capabilities. The operational timeline is defined by specific dates in July and August, with provisions for possible changes due to unforeseen circumstances. Essential requirements highlight the need for at least 300 feet of pier space, skilled personnel for line handling upon arrival and departure, and accessible locations for loading supplies. Optional services include bilge water removal and tug assistance if needed. Key contacts for coordination include the Contracting Officer and the Technical Point of Contact, ensuring to streamline communication during vessel operations. Payment is structured for timely processing post-service delivery. This SOW exemplifies the federal government's emphasis on thorough logistical preparation and support for agency operations, particularly within marine environments.
    This document is an amendment to solicitation number 1333MK25Q0054, which outlines necessary procedures for acknowledgment and submission of offers in response to a federal RFP. It emphasizes that offers must be received by a specific deadline, detailing methods to confirm receipt of the amendment. It highlights the requirement for changes to existing offers and mandates that any amendments must be acknowledged, signed, and submitted in a specified format. The amendment also extends the solicitation period, encourages bidders to itemize quotes by contract line item numbers (CLIN), and reaffirms that all other terms and conditions remain unchanged. Overall, this document serves to modify and clarify submission guidelines for prospective contractors in a federal contracting context.
    This document serves as Amendment 0002 to Solicitation 1333MK25Q0054 and outlines essential procedural requirements for bidding on government contracts. It stipulates that offers must acknowledge receipt of the amendment before the established deadline to avoid rejection. The amendment indicates that each contract line item number (CLIN) may result in a separate purchase order. Furthermore, the document extends the solicitation deadline and encourages bidders to check the new due date on SAM.gov. Offerors are also instructed to itemize their quotes by CLIN number and to acknowledge the amendment during submission. The document ensures that all other existing terms and conditions remain unchanged. Overall, the purpose is to provide clarity and guidance regarding submission requirements and contract modifications, reflecting the procedural norms within federal RFP processes.
    The document outlines Amendment 0003 to the solicitation for husbandry services provided to the NOAA ship Fairweather during its visits to Nome, Alaska. Key updates include changes to the actual dates, a revised statement of work reflecting a new shipping schedule, and a solicitation extension. The period of performance is set for two separate visits, each lasting seven days between June 1, 2025, and December 31, 2025, with anticipated moorage dates specified. Services required include moorage, line handling, garbage removal, potable water supply, and fuel service without standby charges for the vendor. Prices will be paid at actual costs, with any unused funds to be de-obligated later. The document further mentions optional services like bilge water removal and sewage pump-off, emphasizing that each service line item is independent and must be confirmed by the vendor. The amendment maintains all original terms and conditions of the contract. This document serves to inform potential contractors of essential updates and instructions for bid preparation, which is critical in the context of government contracting and procurement processes.
    The document outlines Amendment 0004 for a solicitation concerning husbandry services for the NOAA Ship Fairweather during its visits to Nome, Alaska. Key updates include revised in-port days and dates for three contract line items (CLINs 0001, 0002, and 0003), along with an extension of the solicitation period. Each CLIN specifies a different anticipated moorage schedule between June and December 2025, detailing required services such as moorage, line handlers, garbage disposal, potable water, fuel, and food loading. Vendors must confirm services for each CLIN independently, with no standby charges allowed. Payments will be made at actual cost, with any unused funds to be de-obligated. Additional optional services (CLIN 0004) are also listed, such as bilge water removal and pilot services. The document emphasizes adherence to the statement of work, maintaining all other terms and conditions of the contract.
    The document outlines a Request for Proposal (RFP) concerning the provision of husbandry services for the NOAA Ship Fairweather during its visits to the Port of Nome, Alaska, from June to December 2025. The acquisition is a firm-fixed-price contract set aside for small businesses, specifically under NAICS code 488310. It requires interested vendors to provide various details, including their contact information, SAM registration status, and a detailed cost breakdown presented in an Excel spreadsheet. The RFP emphasizes that quotes must be submitted by February 21, 2025, and all inquiries by February 13, 2025. The necessary services include moorage, line handling, garbage disposal, provision of potable water, and fuel delivery, with specific anticipated moorage dates noted. The document emphasizes that all services requested should confirm arrival and departure dates independently, and that vendors cannot charge standby service fees. Additional optional services are also mentioned, contingent on market prices. The RFP adheres to the Service Contract Act, stipulating wage determinations and employee protections. Overall, it seeks to procure reliable, efficient husbandry services while ensuring compliance with federal contracting regulations and promoting small business participation.
    The document outlines the Statement of Work (SOW) for port services required by the NOAA Ship Fairweather during its visits to the Port of Nome, Alaska from June to December 2025 for hydrographic surveys. The SOW specifies that the ship will make 2-3 planned port calls, with designated dates and an emphasis on operational flexibility in case of emergencies. Key requirements include securing a guaranteed moorage space of approximately 300 linear feet, providing line handling services, garbage hauling, potable water supply, fuel services, and safe access for loading food and equipment. Additional optional services such as sewage disposal and tug support may be requested. The document further designates a contracting officer for oversight and outlines payment terms, emphasizing timely invoicing. Overall, this SOW serves as a critical framework for ensuring necessary logistical support for NOAA operations in Alaskan waters, relevant for government contract considerations.
    Lifecycle
    Similar Opportunities
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    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.
    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.
    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.
    2026-2028 Homer Harbor & Ninilchik Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is preparing to solicit bids for the maintenance dredging of Homer Harbor and Ninilchik Harbor in Alaska for the years 2026 to 2028. The project involves performing maintenance dredging, placement of dredged materials, and conducting pre- and post-dredge surveys, requiring the contractor to provide all necessary labor, equipment, and materials. This maintenance work is crucial for ensuring navigability and safety in these harbors, which are vital for local maritime activities. Interested contractors should note that the solicitation will be available online on or after December 15, 2025, with an estimated contract award date in February 2026, and must be registered in SAM.gov to be eligible for bidding. For further inquiries, contact Melanie DePuy at melanie.depuy@usace.army.mil or Jennifer Gosh at jennifer.gosh@usace.army.mil.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    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.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Harry Claiborne (WLI-642) during Fiscal Year 2026. The scope of work includes extensive hull preservation, tank cleaning and inspection, machinery overhauls, piping maintenance, and various structural and electrical repairs, all to be performed at the contractor's drydock facility over an anticipated period of approximately 90 calendar days, from May 5, 2026, to August 3, 2026. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested parties must submit their capabilities, including business size and certifications, by December 16, 2025, at 10:00 AM EST, via email to Tobi Provenzano and Sandra Martinez, as this notice serves for market research purposes only and does not constitute a solicitation.
    DRY DOCK USCG BEAR FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dry dock repairs for the USCGC BEAR (WMEC 901) in fiscal year 2026. The procurement involves dry dock services, temporary cutter services, and the repair and preservation of ballast tanks, with work required to be performed within a 50-mile radius of the vessel's homeport in Portsmouth, VA, from July 20 to August 9, 2026. This opportunity is crucial for maintaining the operational readiness of the cutter, which plays a vital role in maritime safety and security. Interested parties must submit their information, including company details and past performance, by December 29, 2026, at 11:00 am EST, and must be registered in SAM to participate. For further inquiries, contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.