NOAA Ship Bell M. Shimada needs crane overhaul par
ID: 1333MK25Q0120Type: Solicitation
Overview

Buyer

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

NAICS

Construction Machinery Manufacturing (333120)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

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 soliciting quotes for replacement parts necessary for the crane overhaul of the NOAA Ship Bell M. Shimada. The procurement aims to acquire various crane components, including electric slip rings, transducers, hydraulic control valves, and load pins, which are critical for maintaining the operational capabilities and safety standards of the vessel. This opportunity is set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), with a firm-fixed-price contract expected to be awarded based on price, availability, and past performance. Interested vendors must submit their bids by December 30, 2025, and can direct inquiries to James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV or by phone at 757-317-0567.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Oceanic and Atmospheric Administration (NOAA) is soliciting quotes for replacement parts for its oceanographic research vessel, NOAA Ship Shimada. This request for quotation (RFQ), designated as 1333MK25Q0120, is specifically aimed at small businesses, adhering to the NAICS code 333120, with a size standard of 1,250 employees. The required replacement parts include various crane components such as electric slip rings, transducers, hydraulic control valves, and load pins, with specifics outlined in detail. Deliverables must be completed by December 30, 2025, and shipped to NOAA's Marine Operations Center in Newport, Oregon. The bids must include compliance with all terms and conditions, an itemized cost breakdown, and proof of insurance. Evaluation criteria emphasize price, availability, and capability based on past performance, with the government intending to award a firm fixed-price contract that offers the best value. Provisions for inquiries and protest information are included to ensure fair competition. This solicitation reflects NOAA's commitment to maintaining its operational capabilities through timely procurement of essential equipment while supporting small businesses.
    The document outlines a solicitation for a contract specifically targeting Women-Owned Small Businesses (WOSB), detailing processes for submitting offers for commercial products and services. It includes essential identifiers like requisition and contract numbers, solicitation details, as well as contact information for inquiries. The contract details specify a firm-fixed-price award for crane parts, with a clear delivery deadline and stipulations regarding payment and invoicing. Key points include the importance of compliance with government regulations, exhibiting commitment to ensuring that any telecommunications equipment or services provided do not violate federal prohibitions. The document mandates the completion of various certifications and representations about the status of the business in relation to WOSB or other small business categories. It guides potential suppliers on requirements for their submissions, including necessary certifications, pricing, past performance documentation, and potential delivery locations. Overall, this solicitation reflects the U.S. government's objective to promote participation among WOSBs while adhering to federal regulations, ensuring transparency and competitive standards for government contracting.
    The document outlines a request for replacement parts necessary for the overhaul of the crane on the NOAA Ship Bell M. Shimada, required by December 30, 2025. It details the specific items needed, including an electric slip ring, angle transducer, hydraulic control valve, and various hydraulic and mechanical components, each identified by unique part numbers. The document also specifies shipping requirements, including delivery to the NOAA Marine Operations Center in Newport, Oregon, and the provision of tracking for the shipment. This request highlights the importance of maintaining maritime operational capabilities and safety standards for government vessels, ensuring essential equipment is functional and up to date. Ultimately, it underscores the need for reliable supplier partnerships in supporting federal marine operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    31--BEARING SHOE,STARBO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of four Bearing Shoes, Starboard (NSN 1HM 3130 010583045 SQ), under a fixed-price contract. This procurement is a 100% small business set-aside and is categorized as an emergency acquisition, emphasizing the critical nature of the items for use on Navy submarines. Interested vendors must submit their quotations by December 12, 2025, with evaluations based on price and non-price factors such as delivery lead time and past performance. For further inquiries, potential bidders can contact Jessica T. Grzywna at 215-697-5095 or via email at JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL.
    20--CRADLE,BOAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a boat cradle (NSN 2090013091819) intended for delivery to the USNS Joshua Humphreys (HULL T AO 188). The requirement includes a single unit to be delivered within 20 days after order, with the approved source being 63504 D406560. This procurement is crucial for maintaining operational readiness and support for naval vessels. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    J999 Machine Lower Bearing Staves of Rudder Service
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting proposals for the machining of lower bearing staves of rudder service for a U.S. Navy ship stationed in Yokosuka, Japan. This procurement is set aside for small businesses and aims to secure specialized marine repair services, adhering to strict compliance with both U.S. and Japanese regulations, safety, and environmental standards. The contract will be a firm-fixed-price type, with a performance period from February 1 to March 31, 2027, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil and are encouraged to monitor the SAM.gov website for updates and amendments to the solicitation.
    Southeast Fisheries Observer Programs
    Buyer not available
    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 a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    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.
    USNS GRASP Propeller Shaft Sleeve and Strut Bearings
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command, is seeking quotes for the procurement of propeller shaft sleeves and strut bearings for the USNS Grasp, with the requirement to be sole-sourced from Propulsion Systems, Inc. This acquisition is critical for the maintenance of essential ship equipment, ensuring compatibility and compliance with certification standards, as the parts must maintain form, fit, and function with existing systems. Interested vendors must submit their quotes by December 10, 2025, at 10:00 AM EST, including pricing, estimated delivery times, and technical descriptions, with delivery expected to Norfolk, VA, by December 31, 2026. For further inquiries, contact Krista Hendricks at krista.a.hendricks.civ@us.navy.mil.
    BEARING, STRUT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of various strut bearings, which are critical components for their maritime operations. The solicitation includes three distinct items, each requiring specific materials and dimensions, with modifications to standard military specifications to accommodate operational needs. These bearings, made from synthetic rubber and non-ferrous metal, will be packaged according to stringent guidelines to ensure safe transport and compliance with military standards. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM EST, and can direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    17--CRANE ASSY,MAINTENA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of Crane Assembly Maintenance (NSN 1730010826502). This solicitation is a total small business set-aside and aims to fulfill the need for aerospace craft launching, landing, ground handling, and servicing equipment, which is critical for military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution Red River is set for 147 days after award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.