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
    Atlantic Oceanographic and Meteorological Laboratory (AOML), Electrical Upgrade Project
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Electrical Upgrade Project at the Atlantic Oceanographic and Meteorological Laboratory (AOML) located in Key Biscayne, Florida. The project aims to replace aging electrical components, including transformers and panelboards, to enhance safety and operational efficiency, while ensuring compliance with applicable codes and environmental regulations. This total small business set-aside contract, with a budget ranging from $1 million to $5 million, requires contractors to provide all necessary labor, materials, and equipment, and to complete the work within 365 days. Interested parties must submit their proposals by September 25, 2024, and can direct inquiries to Heidi Washburn at heidi.washburn@noaa.gov or Jerrod Schleis at jerrod.schleis@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.
    150hp Four Stroke Outboard Engines
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp Four Stroke Outboard Engines. The primary objective of this solicitation, numbered 1333MJ24Q0042, is to acquire these engines with specific technical and shipping requirements, including a delivery deadline of November 30, 2024, to Miami, Florida. These outboard engines are crucial for NOAA's operational capabilities, supporting various marine and environmental missions. Interested small businesses must submit their offers, ensuring compliance with the Buy American Act and other federal regulations, with all submissions due by the specified deadline. For further inquiries, potential bidders can contact Darrin Moore at darrin.moore@noaa.gov.
    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.
    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.
    SOP Guide for Technology Transfer Operations
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking support services to develop a Standard Operating Procedure (SOP) Guide for Technology Transfer Operations. The objective is to create a comprehensive SOP document that integrates technology transfer processes into the proprietary Sophia software, which is exclusively provided by Wellspring Worldwide. This procurement is critical for ensuring efficient technology transfer operations within NOAA, and it is intended to be a sole source award, with no small business set-aside. Interested parties may express their interest or capability to respond by contacting Darrin Moore at darrin.moore@noaa.gov, with the contract award anticipated on September 27, 2024.
    150hp Four Stroke Outboard Engines Amendment 0001
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp four-stroke outboard engines for the R/V GBN1 vessel. The solicitation, identified as number 1333MJ24Q0042, requires compliance with U.S. regulations, including the Buy American Act, and emphasizes specific technical requirements such as a fly-by-wire system and hydraulic steering. This procurement is crucial for maintaining NOAA's marine operations, ensuring that the vessel is equipped with reliable and efficient engines. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Darrin Moore at darrin.moore@noaa.gov.
    The purpose of this PR is for the NOAA Corps offic
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the procurement of Breezing Med Metabolic Analyzers and associated equipment as part of its NOAA Corps Dietitian Nutritionist Program Manager initiative. The procurement includes seven Breezing Med Metabolic Analyzers, sensors, head straps, and masks, all of which must meet specific technical specifications, including accuracy and wireless communication capabilities. These devices are crucial for measuring energy expenditure in various applications, including research, sports training, and health management, and must be delivered to Silver Spring, Maryland, by October 30, 2024. Interested vendors should submit their proposals electronically by 10:00 AM EST on September 19, 2024, to James Pritchard at james.pritchard@noaa.gov, ensuring compliance with all outlined requirements and specifications.