Port Agent Services in Cleveland, OH forNOAA Shi
ID: 1333MK25Q0037Type: Solicitation
Overview

Buyer

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

NAICS

Port and Harbor Operations (488310)

PSC

HOUSEKEEPING- OTHER (S299)

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 vendors to provide port agent services for the NOAA Ship Thomas Jefferson during its hydrographic research operations in Cleveland, OH, from April to October 2025. The procurement includes logistical support such as moorage, line handling, fresh water supply, sewage disposal, and optional services like unarmed security and crane operations, with a total of nine scheduled port visits. This opportunity underscores the importance of specialized services in facilitating scientific maritime operations while ensuring compliance with safety and environmental regulations. Interested parties should submit their detailed quotes and relevant documentation to the primary contact, Christopher Baker, at CHRISTOPHER.BAKER@NOAA.GOV, with the RFQ number 1333MK25Q0037 guiding the submission process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for port agent services needed for the NOAA Ship Thomas Jefferson during its hydrographic research operations in Cleveland, OH, from April to October 2025. A total of nine port visits to Cleveland are scheduled, with specific dates provided for each visit. The port agent will be responsible for various logistical services, including moorage, line handling, water services, waste management, and support equipment like forklifts. Additionally, the agent must ensure compliance with environmental disposal regulations, particularly for sewage and oil residue. Communication regarding operations will occur through the Contracting Officer and the designated Technical Point of Contact, LCDR Jacob Barbaro. Payment terms state that invoices will be settled within 30 days of receipt, which can also allow for partial payments after individual port visits. Optional services, including unarmed security and crane operations, are also mentioned. This RFP highlights the federal government's need for specialized logistical support to facilitate scientific maritime operations efficiently while ensuring adherence to safety and environmental standards.
    The document outlines a Request for Quote (RFQ) for port services required by the National Oceanic and Atmospheric Administration (NOAA) for the NOAA Ship Thomas Jefferson during its deployment in the Great Lakes. The RFQ number is 1333MK25Q0037 and seeks to procure various services from April to October 2025, including moorage, line handlers, fresh water, sewage disposal, and crane services, with firm-fixed pricing. Key requirements include the submission of detailed quotes that reflect agreement with the RFQ terms, documentation of past similar projects, and demonstration of capability, availability, and pricing structure. The evaluation will prioritize capability and price, and the contracting officer may award based on the best value for the government. Additionally, the document emphasizes compliance with federal regulations, including the prohibition of certain telecommunications equipment and necessary certifications regarding business size and experience. It also notes that all inquiries must be submitted in writing to the designated government official. This solicitation demonstrates the government’s commitment to leveraging small business participation while ensuring quality service through stringent evaluation criteria.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    Justification for an Exception to Fair Oppurtunity
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking justification for an exception to fair opportunity for an order exceeding the simplified acquisition threshold. This procurement involves general science and technology research and development services, which are critical for advancing NOAA's mission in environmental monitoring and research. The opportunity is based in Silver Spring, Maryland, and interested parties can reach out to Sarah Corey at sarah.corey@noaa.gov or Darrin S Moore at Darrin.Moore@noaa.gov for further details. Additional information can be found in the attached document.
    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.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    NORFOLK HARBOR TUGS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking information from qualified vendors regarding the procurement of tug services for Norfolk Harbor. This Sources Sought notice aims to identify potential sources capable of providing navigational services to shipping, particularly in the context of marine charter transportation. Tug services are critical for ensuring safe and efficient maritime operations in busy ports, such as Norfolk, Virginia. Interested parties are encouraged to reach out to the primary contact, Jordan Schwaner, at jordan.t.schwaner.civ@us.navy.mil or by phone at 156-422-64538, or the secondary contact, Yvonne Escoto, at yvonne.escoto.civ@us.navy.mil or 564-230-3497, for further details regarding this opportunity.
    VOYAGE CHARTER
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting a Sources Sought notice (N32205-SS-N103-26-009) to identify U.S. flag vessels capable of transporting specific granite aggregates (57 and 89) from Canada to two discharge ports in Florida. The procurement requires vessels that can handle 46,000 metric tons of cargo, equipped with gear for discharge, and must meet specific operational criteria including crane offload rates and dimensions. This opportunity is critical for supporting the MSC's strategic sealift operations, ensuring the timely and efficient transport of essential materials. Interested parties must submit their company and vessel information via email to Jordan Morrison by November 4, 2025, at 1100 Eastern Time, with further inquiries directed to either Jordan Morrison or Achille Broennimann.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 120-day special time charter of a U.S. flagged, Jones Act qualified vessel to support operations at the Naval Surface Warfare Center Panama City Division. The vessel will be utilized for various at-sea operations, including the deployment and recovery of mines, towing vehicles, and housing data acquisition equipment, with specific requirements for operational capabilities such as a minimum transit speed of 20 knots and a 12-foot maximum draft. This procurement is critical for ensuring effective support of naval operations, and interested contractors must comply with various FAR and DFARS clauses, including labor standards and wage determinations. Proposals are due by the specified deadline, and for further inquiries, interested parties can contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has issued a Notice of Intent to Sole Source for Shoreline Mapping Support services. This procurement involves modifications to existing contracts to increase the maximum ordering value of the National Geodetic Survey's multiple-award indefinite delivery/indefinite quantity (IDIQ) contracts for Architect-Engineer Shoreline Mapping Services. These services are crucial for the accurate mapping and management of shoreline areas, which play a significant role in environmental monitoring and coastal management efforts. Interested parties can reach out to Michael J. Williams at Michael.J.Williams@noaa.gov or (757) 441-3434, or Nicole Lawson at Nicole.Lawson@noaa.gov or (757) 441-6879 for further details.