MBO Program and Technical Support
ID: 1305M224Q0331Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Other Management Consulting Services (541618)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

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 program and technical support services under the MBO Program. The contract aims to enhance the Management and Budget Office's capabilities by delivering essential services such as program management, real property data management, technical support, systems engineering, and financial management. These services are crucial for effective facility management and strategic planning, aligning with NOAA's commitment to coastal resilience and equity. Interested contractors must submit their proposals by September 11, 2024, with an anticipated award date of September 13, 2024. For further inquiries, Michelle Walton can be contacted at MICHELLE.WALTON@NOAA.GOV or by phone at 757-605-7411.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Oceanic and Atmospheric Administration (NOAA) has issued a Request for Quotation (RFQ) 1305M224Q0331 for various management support services, including program/project management, data management, and technical support. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) basis and is set aside for small businesses, with a size standard of $19 million under NAICS code 541618. The performance period is from 45 days after receipt of the order for one year, and services can be provided either at the contractor's facility or remotely. Offerors must adhere to specific instructions, including providing requisite information with their quotes and acknowledging any amendments. Questions regarding this RFQ must be submitted in writing by September 3, 2024. Responses are due by September 11, 2024, with an anticipated award date of September 13, 2024. Additionally, contractors must comply with the NOAA Sexual Assault and Sexual Harassment Prevention Policy before service commencement. Registration in the SAM database and the Contract Opportunities Vendor Notification Service is mandatory for eligibility. This RFQ underscores NOAA's effort to procure essential services while adhering to federal acquisition regulations.
    The National Ocean Service (NOS) seeks to enhance coastal resilience and equity through a Program and Technical Support Contract. The contract focuses on augmenting the Management and Budget Office (MBO) by offering essential services such as program management, real property data management, technical support, systems engineering, and financial management. The contractor will need to support strategic facilities planning, analyze resource use, maintain integrated schedules, and provide technical advice on asset management aligned with industry standards. Key personnel requirements include five years of relevant experience in project management and technical support for diverse facility types, including laboratories and buildings with complex HVAC systems. Additionally, the contractor will follow strict IT security protocols, ensuring the confidentiality of sensitive information while maintaining accountability for government-furnished equipment. Deliverables include weekly meetings, monthly status reports, data analytics, and business process improvement analysis. This initiative reinforces the NOS's commitment to effective facility management and aligns with NOAA's strategic goals.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor. It states minimum wage requirements for contracts awarded on or after January 30, 2022, aligned with Executive Order 14026, mandating a wage of at least $17.20 per hour for affected workers. For contracts awarded prior to this date, Executive Order 13658 prevails, setting a minimum of $12.90 per hour. Specific fringe benefits such as health and welfare, vacation, and holiday pay are detailed along with various occupational classifications and their respective wage rates for Maryland counties, including a comprehensive list of job titles and compensation rates. The document emphasizes compliance with these wage standards for federal contracting entities while noting potential higher pay for certain classifications under the Executive Orders. It also outlines procedures for addressing unlisted job classifications and associated wage rates that may arise during contract performance. Overall, the wage determination serves as a critical reference point for federal, state, and local procurement requirements ensuring equitable payment practices for government-contracted work.
    The Past Performance Information Form outlines the requirements for contractors responding to a government solicitation. Quoters must demonstrate relevant past performance related to contracts executed within the last three years that match the scope and complexity of the solicitation. Each quoters is required to submit a maximum of three past contracts, including detailed information such as contract numbers, agency details, types of services provided, performance periods, and point of contact information. Newly established entities without prior contracts must provide past performance details for key personnel, explaining their relevance. Additionally, quoters should describe any issues encountered during previous contracts and the corrective measures taken. NOAA reserves the right to obtain external information for evaluating past performance. The form also emphasizes the need for recent experience, stipulating that examples should pertain to services that align closely with the solicitation's requirements. Overall, the document serves to ensure that agencies select contractors with proven capabilities through a thorough evaluation of their past performance and experience in related work.
    The document is a Request for Proposal (RFP) related to a federal acquisition for support services. It outlines important administrative codes and financial details including payment processing, solicitation methods, and terms. The RFP is structured to ensure proper compliance with federal regulations such as the FAR (Federal Acquisition Regulation) and contains specifics on the solicitation number (1305M224Q0331) and due date (September 11, 2024). The document requires offerors to provide timely responses, identify their business status (small business, veteran-owned, etc.), and include representations regarding compliance with various federal standards, including telecommunications services and FASCSA orders. Additionally, it addresses the importance of accurate reporting on ownership and control of the offering entities. The overall purpose of the RFP is to solicit qualified bids for providing commercial support services in accordance with specified performance work statements, enhancing transparency and efficient procurement within federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Manchester Campus Addition Construction at the Manchester Research Station in Port Orchard, Washington
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the Manchester Campus Addition Construction project at the Manchester Research Station in Port Orchard, Washington. This project involves the construction of a new, energy-efficient facility spanning approximately 24,000 gross square feet, which will include advanced laboratory spaces for marine species research and studies on ecosystem impacts, consolidating various functions currently spread across multiple sites. The procurement will follow Full and Open Competition guidelines, utilizing a Best Value approach where technical factors are prioritized over cost, with an estimated construction budget between $25 million and $35 million and a projected completion timeline of 700 days. Interested contractors must be registered with the System for Award Management (SAM) and are invited to a pre-submission site visit on February 21, 2025, with the official solicitation expected to be published on February 4, 2025. For further inquiries, contractors can contact Ronette McBean-Felder at ronette.mcbean-felder@noaa.gov or Scott Gebhardt at scott.gebhardt@noaa.gov.
    NOAA: R.M. Young Wind Monitor Supplies
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide various R.M. Young Wind Monitor supplies essential for environmental monitoring stations operated by its Center for Operational Oceanographic Products and Services (CO-OPS). The procurement aims to replenish and replace existing supplies, emphasizing the need for specific brand-name components to ensure compatibility with current systems, thereby avoiding significant costs and delays associated with alternative products. Interested offerors must submit their electronic quotes, confirming active registration in the System for Award Management (SAM), and adhere to the outlined submission requirements by the specified deadline. For further inquiries, potential bidders can contact Nikki Radford at nikki.radford@noaa.gov or Steven Prado at steven.m.prado@noaa.gov.
    Ruggedized Waterproof Monitors with Mounted Keyboards
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the procurement of ruggedized, waterproof monitors with mounted keyboards, essential for use in marine research operations. The solicitation specifies the need for 17” and 22” Universal Mount Industrial Monitors that meet stringent environmental protection standards (NEMA 4X, IP65/IP66) and compatibility with NOAA-developed software for data entry during fishery research surveys. This procurement is critical for the Ecosystems Surveys Branch, which relies on these monitors to collect and analyze vital data. Interested small businesses must submit their proposals electronically by September 17, 2024, with delivery of the equipment required by September 25, 2024, to Woods Hole, Massachusetts. For further inquiries, contact Kelly Taranto at kelly.taranto@noaa.gov.
    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.
    Repair and reconditioning of 28 each Motor, DC Servo, NWS/ROC PN: 2200220-201, ASN: R400-2A1A1B1
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the repair and reconditioning of 28 DC Servo Motors, specifically part number 2200220-201. The objective of this procurement is to restore the motors to "like new" operating condition, ensuring they meet the original manufacturer's specifications and tolerances, which is critical for maintaining operational readiness in weather monitoring systems. Interested vendors must demonstrate their capability to fulfill these requirements, including providing a first article for inspection within 60 days after receipt of order, and must submit their quotes by September 20, 2024, at 3 PM CDT. For further inquiries, potential offerors can contact Marjorie Sabbagh at margie.sabbagh@noaa.gov.
    FY 25 INTERMEDIATE DRYDOCKING AND REPAIRS TO NOAA SHIP GORDON GUNTER
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide intermediate drydocking and repairs for the NOAA Ship Gordon Gunter for fiscal year 2025. The procurement involves comprehensive maintenance services, including inspections and repairs to ensure the vessel's operational readiness for NOAA's research missions, with a focus on adhering to safety and quality standards. This contract is critical for maintaining the functionality of NOAA's fleet, which supports vital environmental and oceanographic research. Interested vendors must submit their quotes electronically by September 16, 2024, and can request specification documents by contacting Michelle Blake at michelle.blake@noaa.gov or Andrew J. Northcutt at Andrew.Northcutt@noaa.gov.
    7B--Provide Spare Machinery Control System for NOAA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified vendors to provide spare components for the Machinery Control System (MCS) aboard the NOAA Ship Ferdinand R. Hassler. The procurement includes specific Siemens components, such as programmable logic controllers and various input/output modules, with quantities specified in the attached documentation. These components are critical for maintaining the operational efficiency and safety of the ship's systems. Interested vendors must submit their quotations electronically by September 6, 2024, and ensure compliance with all documentation requirements, including SAM registration and acknowledgment of solicitation amendments. For further inquiries, vendors can contact Alexander Cancela at alexander.cancela@noaa.gov.
    66--FUME HOOD AND DOWNDRAFT TABLE HVAC INSTALLATION
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is soliciting quotes for the installation of a new fume hood and downdraft table HVAC system at Building 600 in Charleston, South Carolina. The project involves modifications to existing ductwork and HVAC systems, with a firm fixed price contract awarded based on the Lowest Price Technically Acceptable method, specifically reserved for small businesses under NAICS code 238220. This initiative is crucial for enhancing NOAA's operational capabilities in coral culture research and marine environmental health, ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 17, 2024, at 10:00 AM EST, and can direct inquiries to Andre Frantz at andre.frantz@noaa.gov or by phone at 757-317-0686.