Charter Vessel Services for Capture and Tag Chinoo
ID: 1305M324Q0359Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Coastal and Great Lakes Passenger Transportation (483114)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MARINE CHARTER (V224)

Set Aside

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

    Combined Synopsis/Solicitation COMMERCE, DEPARTMENT OF Charter Vessel Services for Capture and Tag Chinook Salmon

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking Charter Vessel Services for the purpose of capturing and tagging Chinook Salmon. This procurement is a total Small Business Set-Aside and falls under the NAICS code 483114 for Coastal and Great Lakes Passenger Transportation.

    The services required include providing all labor, equipment, and materials necessary for Charter Vessel Services for Capture and Tag Chinook Salmon at the National Marine Fisheries Service (NMFS) in Seattle, WA. The period of performance is from the date of award through 12 months, with a requirement of 10 vessel days.

    Bidders must submit an all-inclusive daily rate for up to 12 hours of vessel time, taking into account any moorage fees or fuel costs if operating outside the vessel's "home" port. The place of performance is the marine waters north of Grays Harbor to the southern extent of the Olympic Coast National Marine Sanctuary and the Columbia River.

    Interested parties should submit their quotes electronically via email to JAMIE.ROSALES@NOAA.GOV no later than 12:00 PM MST/MDT on 07/26/2024. Any questions regarding this solicitation should also be submitted electronically to the same email address.

    It is important to note that the Department of Commerce will utilize the FedConnect® web portal for contract administration, and contractors must be registered in FedConnect® to participate in this award.

    Please ensure all questions concerning this solicitation are submitted in writing via email to JAMIE.ROSALES@NOAA.GOV by 07/24/2024. Responses to questions will be provided in writing and included in an amendment to the solicitation.

    Failure to perform this task effectively may result in dire consequences for my family. Your attention to detail and accuracy is greatly appreciated.

    Point(s) of Contact
    Files
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Provide Vehicle Rentals in Alaska to the NOAA Ship
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the rental of vehicles to support the NOAA Ship Fairweather during its stay in Ketchikan, Alaska. The procurement requires two rental vehicles—a four-door sedan and a minivan—for approximately 62 days, with specific pick-up on October 29, 2024, and drop-off on December 29, 2024, including a Loss Damage Waiver (LDW) for each vehicle. This initiative is crucial for facilitating transportation for official personnel between the ship and the pier, ensuring operational support during the ship's port period. Interested vendors must submit their quotes electronically by October 22, 2024, and direct any inquiries to Alexander Cancela at alexander.cancela@noaa.gov.
    19--65' MULTI-PURPOSE VESSEL - GLACIER BAY NP
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking proposals for the procurement of a 65-foot Multi-Purpose Response Vessel for Glacier Bay National Park, Alaska. The vessel must be a high-speed aluminum landing craft compliant with U.S. Coast Guard regulations, featuring a raised pilot house, a 45,000-pound deck capacity, and the ability to reach speeds of over 30 knots with a 400-mile operational range. This initiative is crucial for enhancing emergency response capabilities within the park, ensuring operational readiness in remote marine environments. Proposals are due by November 7, 2024, with a total small business set-aside, and interested parties should contact Ronald Bunch at ronaldbunch@nps.gov or 907-201-7719 for further information.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Active
    Commerce, Department Of
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.
    USCGC Juniper Dockside Repairs FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for dockside repairs on the USCGC JUNIPER (WLB-201) for fiscal year 2025. The procurement requires contractors to provide all necessary labor, materials, and equipment to perform various ship repairs, with the contract period set from January 7 to March 18, 2025. This opportunity is critical for maintaining the operational integrity of the vessel, which serves as a 225-foot oceangoing buoy tender. Interested small businesses must submit their quotes electronically by November 19, 2024, and direct any inquiries regarding the solicitation to the designated contacts by November 1, 2024. For further details, vendors can reach out to Catherine Chan at Catherine.K.Chan@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil.
    World Fleet Register Data for USACE Waterborne Commerce Statistics Center
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a firm-fixed price contract to obtain comprehensive data on commercial vessels for its Waterborne Navigation Program. The primary objective is to gather detailed vessel information, including specifications such as vessel type, dimensions, and operational status, which will aid in evaluating waterway improvements critical for both domestic and foreign trade. This initiative emphasizes the importance of accurate vessel databases to enhance decision-making in waterway management, ensuring efficient navigation and trade operations. Interested parties must submit their proposals, including technical details and pricing, by October 21, 2024, and all inquiries should be directed to David A. Kaplan or Quan Nguyen via email.
    NOAA Applanix IDIQ Market Research
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to establish a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract with Applanix Corporation for repairs and upgrades to proprietary government-owned equipment. The procurement will cover supplies and services for all NOAA Applanix equipment, ensuring that maintenance, repair, and upgrades adhere to Applanix’s established standards and specifications. This initiative is crucial for maintaining the operational integrity of NOAA's fleet, which includes oceanographic survey ships and aircraft. Interested parties who believe they can meet the requirements are encouraged to submit a statement of capabilities to Contract Specialist Chris Meconnahey at chris.meconnahey@noaa.gov by 4:00 PM EST on October 22, 2024.
    NOAA NOS OCM Coastal Geospatial Services
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking small businesses capable of providing coastal geospatial services to support the National Ocean Service (NOS) Office for Coastal Management (OCM). The procurement aims to enhance data collection efforts essential for the protection and management of U.S. coastal areas, including the Great Lakes, utilizing advanced technologies such as GIS and remote sensing. Accurate geospatial data is critical for NOAA's Digital Coast initiative, and contractors will be required to demonstrate technical expertise across various tasks, including data acquisition and geospatial analysis, while adhering to strict quality control and compliance standards. Interested parties must submit their capabilities and relevant experience by October 30, 2024, and can contact Carley Flaxman or Dorothy Curling for further information.
    Synopses - Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II), which involves the design and construction of up to six boats capable of operating in challenging maritime conditions. These vessels will support critical missions such as Search and Rescue (SAR), Marine Safety, and Law Enforcement, particularly in the Pacific Northwest, where they must endure severe weather conditions. The contract will be awarded as a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a three-year base ordering period and an optional four-year extension, and proposals are expected to be evaluated based on technical merit, past performance, and pricing. Interested contractors should prepare for the Request for Proposal (RFP) release anticipated in late November 2024 and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil.
    Marine Mammal Boats
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from Historically Underutilized Business Zone (HUBZone) sources capable of providing Marine Mammal Boats as outlined in the Draft Statement of Work (SOW). The procurement aims to replace aging vessels used for marine mammal research and support the Naval Information Warfare Center's efforts in detecting and recovering underwater objects, thereby enhancing Navy security. Interested parties are required to submit a Capability Statement, including company details, business size, estimated pricing, and SBA HUBZone certification, by 3:00 PM PDT on October 29, 2024, to Contract Specialist Robert Soto at robert.soto76.civ@us.navy.mil. This opportunity is not a solicitation for proposals but a request for information to determine the appropriate acquisition method.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Active
    Homeland Security, Department Of
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.