Shipyard services on the NOAA Research Vessel AUK
ID: 1305M224Q0312Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

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

    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for shipyard services for the Research Vessel AUK, with a focus on annual maintenance to ensure the vessel's operational readiness. The required services will be performed at a contractor's facility within a 50-mile radius of Scituate Harbor, MA, from September 20, 2024, to August 30, 2025, and include tasks such as hauling, cleaning, inspecting, and servicing various systems of the vessel, including applying antifouling paint and servicing the generator. This procurement is critical for maintaining the vessel's compliance with safety and regulatory standards, and it emphasizes opportunities for small businesses under the Total Small Business Set-Aside. Interested contractors must submit their quotes electronically by September 13, 2024, and are encouraged to conduct a site visit prior to submission; inquiries should be directed to Chelsea Vera at chelsea.vera@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for annual shipyard services for the Research Vessel AUK, hull number R5001, under solicitation 1305M224Q0312. The required services will be performed at the contractor’s facility located within a 50-mile radius of Scituate Harbor, MA, from September 20, 2024, to August 30, 2025. The contract will be a firm fixed price based on the Lowest Price Technically Acceptable (LPTA) method, with a focus on small businesses under NAICS code 336611. Potential offerors must submit quotes electronically by September 13, 2024, including specific information regarding their company and compliance with the RFQ terms. A site visit is encouraged prior to submission, with all inquiries to be directed in writing by September 6, 2024. The anticipated award date is around September 16, 2024, and registration with the System for Award Management (SAM) is required for eligibility. Additionally, successful contractors must comply with a policy addressing sexual assault and harassment prevention prior to service commencement. This solicitation emphasizes the need for maintenance services and aims to ensure compliance with labor standards and effective contract management.
    The Statement of Work outlines the requirements for shipyard services for the NOAA Research Vessel AUK, with services to be performed at a contractor's facility located within 50 miles of Scituate Harbor, MA, between September 20, 2024, and August 30, 2025. The contractor is responsible for all facilities, labor, materials, and tools necessary for the specified tasks, which include hauling, cleaning, inspecting, and servicing various systems of the vessel. Key tasks involve applying antifouling paint, servicing the generator, renewing the head system, and more. The contractor must adhere to strict safety and regulatory standards and report any defects discovered during the work. All tasks require prior approval for any additional work and must follow specific guidelines regarding materials and inspections. A site visit is encouraged for bidders to assess the vessel's condition before bidding. This document serves to solicit proposals for necessary shipyard services critical to maintaining the vessel’s operational readiness within government standards.
    This document, issued by the U.S. Department of Labor, outlines wage determinations under the Service Contract Act for various occupations in Massachusetts. It details minimum wage requirements based on Executive Orders 14026 and 13658, specifying rates of at least $17.20 or $12.90 per hour for covered workers, depending on the contract award date. The rates are subject to annual adjustments, and fringe benefits are mandated, including health and welfare payments. The document enumerates numerous specific occupations and their respective wage rates, emphasizing compliance for federal contracts. Noteworthy sections include guidelines for unlisted job classifications, paid sick leave provisions, and uniform allowances. Key provisions for employee benefits, including paid vacation and holidays, are also outlined along with a conformance process for new job classifications not previously listed. The overarching goal is to ensure fair compensation and benefits for workers on federal contracts, highlighting the federal government's commitment to upholding labor standards and worker protections in conjunction with state and local requests for proposals (RFPs) and grants.
    The Past Performance Information Form outlines requirements for contractors responding to federal solicitations under the NOAA. Contractors must demonstrate relevant past performance from contracts within the last three years that align with the solicitation's scope, complexity, and magnitude. They may submit up to three references, detailing contract information including agency contact, services provided, and financial particulars. New entities lacking prior contracts should instead reference relevant experience of key personnel. Contractors are encouraged to discuss challenges faced and corrective actions taken. Additionally, the document mandates providing a detailed description of services rendered, including subcontractor involvement. The form is structured into sections covering past performance, experience, and required vendor details, serving to ensure thorough evaluations during the contract award process while maintaining rigorous standards for accountability and quality in service delivery.
    This document represents a Request for Proposal (RFP) for vessel maintenance services, identifying federal acquisition processes and compliance with various regulatory requirements. It specifies the solicitation details, including the requisition number, offer due date, and delivery timeline, indicating a firm-fixed-price contract. The document outlines the responsibilities of the offeror regarding ownership information, certifications, and representations related to compliance with federal regulations, including those pertaining to telecommunications, child labor, and tax liabilities. Additionally, it elaborates on the categories applicable to small businesses, such as service-disabled veteran-owned and women-owned small business certifications. The inclusion of various Federal Acquisition Regulation (FAR) clauses directs the offeror to maintain compliance with standards and reporting requirements. This RFP emphasizes accountability and regulatory adherence in the procurement of necessary services for government operations while promoting opportunities for small business participation in federal contracting. It serves as a structured invitation for bids or proposals, aligning with government policy to ensure fair competition and regulatory compliance in awarding contracts.
    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.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    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.
    Request for Information: CHARTERED VESSEL TO CONDUCT LONGLINE SURVEY IN THE EASTERN BERING SEA, THE ALEUTIAN ISLANDS REGION, AND THE GULF OF ALASKA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is conducting a Request for Information (RFI) for the charter of a vessel to perform longline surveys targeting sablefish and other groundfish in the Eastern Bering Sea, Aleutian Islands Region, and Gulf of Alaska. The primary objectives of this procurement include assessing fish abundance, tagging species for migration studies, and collecting biological data to support effective fisheries management. This initiative is crucial for enhancing the understanding of groundfish resources, which are vital for sustainable fisheries practices. Interested vendors are encouraged to submit their capabilities statements by September 23, 2024, to Contracting Officer Crystina Jubie at Crystina.R.Jubie@noaa.gov, and may also participate in a virtual industry day scheduled for the week of September 30, 2024.
    J019 - YON 328 Underwater hull cleaning and preventive maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is soliciting quotes for underwater hull cleaning and preventive maintenance services for the YON-328 vessel. The procurement aims to secure a qualified contractor capable of performing the required cleaning in accordance with the provided Performance Work Statement (PWS), with all work to be completed by December 31, 2024. This contract is crucial for maintaining the operational readiness and longevity of naval vessels, ensuring they remain in optimal condition. Interested small businesses must submit their quotes by 11:00 AM Hawaii Standard Time on September 19, 2024, and can direct inquiries to David Chang at david.d.chang3.civ@us.navy.mil.
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    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.
    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.