NOAA SHIP FAIRWEATHER KODIAK, ALASKA HUSBANDRY
ID: 1333MK25Q0072Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Port and Harbor Operations (488310)

PSC

HUSBANDING SERVICES—OTHER PORT SERVICES (M2BZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 4:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide husbandry services for the NOAA Ship Fairweather during its scheduled visits to the Port of Kodiak, Alaska, from May to September 2025. The procurement includes essential services such as mooring, line handling, garbage disposal, potable water supply, sewage management, and fueling operations, with the contract structured around multiple independent Contract Line Item Numbers (CLINs) for each port call. This opportunity is critical for supporting NOAA's hydrographic survey missions and ensuring operational readiness while adhering to federal contracting regulations. Interested vendors must submit their quotes by March 31, 2025, and can direct inquiries to Alexander Cancela at alexander.cancela@noaa.gov.

Point(s) of Contact
CANCELA, ALEXANDER
ALEXANDER.CANCELA@NOAA.GOV
Files
Title
Posted
Apr 8, 2025, 3:07 PM UTC
This document outlines the procedures for acknowledgment and amendment of offers related to a federal solicitation, specifically Amendment 0001 to Solicitation 1333MK25Q0072. Offers must confirm receipt of the amendment by a specified deadline through various methods, including completing specific sections of the offer form or sending a separate letter or electronic communication. Failure to acknowledge the amendment on time may lead to rejection of the offer. Furthermore, the amendment announces an extension of the offer due date while stating that all other terms and conditions remain unchanged. The document includes standard fields such as contract identification, amendment numbers, effective dates, and administrative details for clarity and to ensure compliance. This amendment is critical in the procurement process, ensuring transparency and adherence to regulations in government contracting.
Apr 8, 2025, 3:07 PM UTC
This document outlines Amendment 0002 to Solicitation 1333MK25Q0072, specifying the need for acknowledgment of the amendment by prospective offerors before the designated time to avoid rejection of offers. It provides two methods for acknowledgment: completing specific items on the form or through separate correspondence referencing the amendment numbers. Additionally, it indicates that if a proposer wishes to modify an already submitted offer due to this amendment, that change must also be communicated appropriately before the response deadline. The amendment primarily extends the offer due date, with all other terms remaining unchanged. This communication is essential for ensuring compliance with solicitation processes as part of federal procurement practices.
Apr 8, 2025, 3:07 PM UTC
This document serves as Amendment 0003 to Solicitation 1333MK25Q0072, detailing important modifications and instructions for prospective contractors. Offers must acknowledge receipt of the amendment by a specified deadline to prevent rejection. The amendment clarifies that the government intends to award contracts for each port call, with each Contract Line Item Number (CLIN) possibly issued as its own purchase order, which may include option CLINs. Notably, this amendment extends the original solicitation's deadline, with updated due dates available on SAM.gov. The structure of the document includes sections outlining acknowledgment methods, amendment/modification details, and a description of the changes made. It emphasizes adherence to all remaining original terms and conditions of the solicitation. Overall, the amendment communicates critical timelines and procedural requirements for bidders, reinforcing the importance of compliance in government procurement processes.
Apr 8, 2025, 3:07 PM UTC
The document outlines a solicitation for commercial products and services from Women-Owned Small Businesses (WOSBs) for providing husbandry services to the NOAA Ship Fairweather during its visits to the Port of Kodiak, Alaska. This 100% small business set-aside, classified under NAICS code 488310, focuses on services required during anticipated moorage periods in May and June 2025. Key services include moorage, line handling, garbage disposal, potable water supply, sewage management, and fueling operations. Contractors must submit detailed quotes by March 31, 2025, including documentation such as a valid SAM registration and references for past work in similar vessel services. The contract evaluation criteria prioritize experience, availability, and price, with a firm fixed-price contract awarded based on best value. Furthermore, the document emphasizes compliance with wage determinations under the Service Contract Act, including minimum wage and benefits specifications. Overall, it reinforces the government's commitment to inclusivity for small and women-owned businesses while ensuring quality service provision for federal maritime operations.
Apr 8, 2025, 3:07 PM UTC
The document outlines the Statement of Work (SOW) for port services required for NOAA Ship Fairweather during its scheduled visits to Kodiak, Alaska, from May through September 2025. The Fairweather, engaged in hydrographic surveys, will make approximately two port calls, requiring specific services such as mooring, line handling, garbage hauling, and potable water supply. Key requirements include guaranteed pier space, line handling personnel, and facilities for sewage disposal and fueling. The statement also details optional services, like bilge water removal and shore power availability. The contract stipulates that the Contracting Officer alone is authorized to make changes, ensuring communication through the Technical Point of Contact, LCDR Steven Wall. Payment terms are set for 30 days post-invoice receipt, allowing for potential partial payments after each visit as requested by the vendor. Overall, this SOW is essential for facilitating the operational needs of the NOAA Ship Fairweather while ensuring compliance with federal guidelines in government contracting and port operations.
Apr 8, 2025, 3:07 PM UTC
This document outlines the labor standards and regulations applicable to contractors working on federal contracts, primarily under the Service Contract Act (SCA) and the Walsh-Healey Public Contracts Act. Contractors must pay employees at least the federal minimum wage and comply with specific wage determination standards if applicable. Overtime pay of 1.5 times the regular rate is required for hours over 40 per week, with exceptions noted. The employment of individuals under 16 on certain contracts is prohibited. Workplace conditions must be sanitary and safe, with oversight from the Department of Labor (DOL) and the Occupational Safety and Health Administration (OSHA). Additionally, contractors are liable for violations by their secondary contractors. The document emphasizes the importance of complying with these laws to ensure fair labor practices and safety in the workplace as part of federal contract obligations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.
UNITED STATES COAST GUARD WATER BUOY SERVICE
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide water buoy services in various locations across Alaska. The contract encompasses the fabrication, installation, maintenance, and removal of navigational buoys, ensuring they are properly marked and maintained in accordance with Coast Guard specifications. This initiative is crucial for enhancing navigational safety in Alaskan waters, particularly in areas such as the Kwigillingok River, Unalakleet River, and Kotzebue Sound. Proposals are due by April 10, 2025, with the anticipated award date set for May 2025, and services expected to commence on June 1, 2025. Interested contractors can reach out to Deno Stamos at deno.a.stamos@uscg.mil or Benjamin Reedy at benjamin.r.reedy@uscg.mil for further inquiries.
UW Hull Clean, Inspect and Zinc Renewal
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the cleaning, inspection, and zinc renewal of the hull of the Coast Guard Cutter Douglas Denman at USCG Base Ketchikan, Alaska. The contractor will be responsible for performing underwater hull maintenance, including thorough cleaning, inspection, and renewal of zinc anodes, with services scheduled between May 12 and June 8, 2025. This maintenance is crucial for ensuring the operational integrity and longevity of the vessel, adhering to specific Coast Guard maintenance procedures and safety protocols. Interested contractors must submit their firm fixed-price proposals by April 28, 2025, at 12:00 PM Eastern Standard Time, and can direct inquiries to Cornelius Claiborne or Patricia Fremming via the provided email addresses.
S--AK-KODIAK ADMIN SITE- CUSTODIAL CONTRACT
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide custodial services for the Visitor Center at Kodiak National Wildlife Refuge in Alaska. The contract, which spans from January 15, 2025, to January 14, 2030, requires the contractor to deliver comprehensive janitorial services, including regular cleaning, maintenance of specific areas, and adherence to environmental standards using eco-friendly cleaning materials. This procurement is crucial for maintaining a clean and sanitary environment in a federal facility, supporting both operational needs and compliance with government regulations. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
LAWN CARE SERVICES FOR NOAA NWS IN CHEYENNE, WY
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes for non-personal lawn care services for the National Weather Service's Weather Forecast Office in Cheyenne, Wyoming. The procurement includes a base period and four option years, requiring services such as mowing, trimming, pruning, fertilization, and sprinkler system maintenance, with specific tasks outlined in the Statement of Work. This contract is crucial for maintaining the upkeep of federal property, ensuring a well-maintained environment for operational efficiency. Interested small businesses must submit their quotes by 1:00 PM MDT on May 1, 2025, to Kerri Coffey at kerri.coffey@noaa.gov, with the total contract value estimated at $33,130 over five years.
Underwater Hull Cleanings and Inspections for USCG Patrol Boats
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull cleaning and inspection services for two 87-foot patrol boats, the USCGC Sea Devil and USCGC Sea Fox, homeported in Kings Bay, Georgia. The contract aims to ensure optimal vessel performance by conducting up to 28 cleanings and inspections over a one-year period, with flexibility in scheduling based on operational needs and environmental conditions. This procurement is critical for maintaining the operational readiness of U.S. Coast Guard vessels, emphasizing compliance with safety regulations and technical capability. Interested vendors must submit their quotations by 5:00 PM EST on April 30, 2025, and can direct inquiries to SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or by phone at (571) 608-4730.
PROVIDE BUTTERFLYVALVE TO THE HENRY BIGELOW
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes from qualified small businesses for the procurement of a Crane Flowseal 10-1LA-833TB-30J butterfly valve for the NOAA Ship Henry Bigelow. This acquisition is critical for maintaining the ship's operational integrity, as the valve is required to replace a failed outlet valve for the main seawater strainer. The contract will be awarded based on best value, considering factors such as availability, vendor authorization, and price, with a firm fixed price structure. Interested vendors must submit their quotes via email to Alexander Cancela by April 28, 2025, and ensure compliance with all specified requirements, including proof of authorized dealer status and registration in the SAM database.
JANITORIAL SERVICES FOR NOAA GLERL IN MUSKEGON, MI
Buyer not available
The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking quotations for non-personal janitorial services at the Great Lakes Environmental Research Laboratory (GLERL) Lake Michigan Field Station located in Muskegon, Michigan. The contractor will be responsible for providing all necessary labor, equipment, and eco-friendly cleaning products to maintain three buildings totaling approximately 8,153 square feet, with services required three times a week during business hours, and a contract period extending from the date of award until May 31, 2026. This procurement emphasizes the importance of maintaining a clean and safe environment for staff and visitors while supporting small businesses through a total Small Business Set-Aside. Interested contractors must submit their quotes by April 30, 2025, via email to Kerri Coffey at kerri.coffey@noaa.gov, and include past performance references as part of their submission.
Dock-side (DS): USCGC HOLLYHOCK FY25 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC HOLLYHOCK for fiscal year 2025. The procurement involves comprehensive maintenance and repair services, including fire prevention, deck preservation, and insulation renewal, to ensure the vessel's operational readiness at its homeport in Honolulu, Hawaii. This contract is particularly significant as it emphasizes the inclusion of small businesses, with a total small business set-aside, and is expected to enhance the Coast Guard's capabilities in maintaining its fleet. Interested vendors must submit their quotes by May 5, 2025, and direct inquiries to Tatiana Sher at Tatiana.Sher1@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil.
J--Replace Main Motor Heat Exchangers on NOAA Ship PI
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to replace the main motor heat exchangers on the NOAA Ship Pisces. This procurement involves the removal and installation of heat exchangers, ensuring compliance with safety and operational standards, and requires contractors to manage all labor, materials, and rigging necessary for the project. The successful contractor will be evaluated based on their technical approach, past performance, and pricing, with a firm fixed-price contract expected to be awarded by April 30, 2025. Interested parties must submit their quotations via email to Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV, ensuring they acknowledge any amendments and provide all required documentation by the specified deadline.