Oil Spill Response Operation Exercise - Nome, Alaska
ID: 37380PR250000017Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE KODIAK(00045)KODIAK, AK, 99619, USA

NAICS

Environmental Consulting Services (541620)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to support an Oil Spill Response Operation Exercise in Nome, Alaska. The procurement involves deploying boom and skimmer equipment, utilizing drones for real-time imagery, and conducting personnel training as part of the Tier III Geographic Response Strategy (GRS) Validation Program. This initiative is crucial for enhancing oil spill response capabilities in the Arctic region, ensuring preparedness and effective management of potential environmental incidents. Interested parties must submit their quotes by February 4, 2025, at 1:00 p.m. Alaska time, and direct any inquiries to SK1 Johnathan Maro at Johnathan.L.maro@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses a solicitation by the U.S. Coast Guard for a qualified Oil Spill Removal Organization (OSRO) to support emergency responses in Western Alaska. It includes responses to questions raised by potential bidders regarding specific requirements outlined in the Statement of Work (SOW). Key clarifications include the necessity for bidders to provide an example of a vessel or facility response plan where they are listed as a primary OSRO. The main operational area of interest is the Snake River Geographic Response Strategy (GRS), which will dictate the resources needed for the proposal. Additionally, bidders are expected to offer basic waste management training and overview awareness on oil spill responses during a three-day seminar for around 25-30 participants from tribal communities. Technical inquiries are directed to the Contracting Officer to ensure standardized responses are provided to all vendors. This document underscores the government's need to ensure preparedness and comprehensive education concerning oil spill management in collaboration with local communities.
    The United States Coast Guard (USCG) is seeking services from a vendor for the Tier III Geographic Response Strategy (GRS) Validation Program in Nome, Alaska. The project involves deploying boom and skimmer equipment, using drones for real-time imagery, and conducting personnel training to enhance oil spill response capabilities in the vast regions of Western Alaska and the U.S. Arctic. The vendor is responsible for providing qualified personnel with expertise in oil spill response, ensuring compliance with relevant regulations, and maintaining professional conduct to uphold the integrity of the USCG. The contract's performance period starts within 14 days post-awarding, culminating in exercises scheduled for June 2025, with all reports due by July 31, 2025. The vendor will lead training sessions and exercises, necessitating coordination with various stakeholders, including federal and state agencies. Regular status meetings will ensure alignment and address emerging issues. Overall, this SOW emphasizes collaboration among varied stakeholders in the Arctic region to validate GRS procedures effectively and enhance operational readiness in the event of oil spills.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    UW Hull Cleaning & Inspect
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide underwater hull cleaning and inspection services for the Coast Guard Cutters Mustang, Naushon, and Liberty, with work to be performed at the USCG Base in Ketchikan, Alaska. The procurement includes a comprehensive scope of work that entails pre-clean inspections, hull cleaning of various underwater components, and post-clean inspections with detailed reporting, all adhering to established Coast Guard regulations and standards. These services are crucial for maintaining the operational readiness of the vessels, ensuring they meet safety and performance standards. Interested contractors should contact Joshua Miller at JOSHUA.N.MILLER@USCG.MIL or call 757-628-4801, with the work expected to be completed by May 5, 2025, under a Total Small Business Set-Aside designation.
    DRYDOCK: USCGC SEA OTTER FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for drydock repairs of the USCGC SEA OTTER (WPB-87362) as part of a Sources Sought Notice. The project entails a comprehensive range of repairs and inspections, including structural analysis, hull plating, and preservation of various systems, with a total of 43 specific work items outlined. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a significant role in maritime safety and security. Interested parties must submit their company details, including certifications and past performance evidence, by February 20, 2025, and are encouraged to monitor sam.gov for future solicitations. For further inquiries, contact Torrie Jones at Torrie.M.Jones@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    Laboratory Analysis of Lube Oil and Coolant
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a federal contract focused on the laboratory analysis of lube oil and coolant to ensure the operational readiness of its vessels. The contractor will be responsible for testing up to 100 samples daily, adhering to ASTM, ISO, and API standards, and providing a user-friendly online database for data management, with an emphasis on early detection of lubrication issues. This contract is critical for maintaining machinery performance and safety, reflecting the government's commitment to effective maintenance strategies within its Conditions Based Maintenance framework. Proposals are due by February 24, 2025, with the project period extending from March 11, 2025, through March 10, 2030, and interested parties can contact Seth Andrew at seth.a.andrew@uscg.mil for further information.
    Sources Sought Hazardous Waste Removal Alaska
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for a Sources Sought notice regarding hazardous waste removal services in Alaska. The procurement aims to identify businesses capable of handling the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations and surrounding areas within a 50-mile radius. This initiative is crucial for ensuring compliance with environmental regulations and promoting safe waste management practices in military operations. Interested firms must submit a capabilities statement by 5:00 p.m. EST on January 2, 2025, to Michael Mamaty at Michael.Mamaty@dla.mil, with a copy to hazardouscontractswest@dla.mil, including “SOURCES SOUGHT Alaska” in the subject line.
    N4008425R0051 REGIONAL OIL & HAZARDOUS SUBSTANCES SPILL RESPONSE SERVICES FOR NAVFAC FAR EAST, JAPAN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Far East (NAVFAC FE), is seeking qualified contractors to provide oil and hazardous substances spill response services across various military locations in Japan. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a focus on immediate response capabilities, self-performance of cleanup efforts, and handling a range of hazardous materials, including petroleum, oils, lubricants (POLs), and PFOS/PFOA compounds. This initiative is critical for ensuring environmental safety and compliance with regulatory standards, as it supports military operations and protects local ecosystems. Interested vendors must respond with their qualifications, including relevant experience and registration with the System for Award Management (SAM), by March 13, 2025. For further inquiries, potential respondents can contact Amanda Jo at amanda.jo.civ@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    2026-2028 Homer Harbor & Ninilchik Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the anticipated 2026-2028 maintenance dredging project at Homer Harbor and Ninilchik Harbor in Alaska. The project involves pre- and post-dredge surveys, annual maintenance dredging, and the upland/intertidal placement of dredged materials, with an estimated construction value between $1 million and $5 million. This maintenance work is crucial for ensuring navigability and safety in the harbors, which are vital for local maritime activities. Interested firms are encouraged to submit their capabilities packages by February 24, 2025, to Melanie DePuy at melanie.depuy@usace.army.mil or Jennifer Gosh at jennifer.gosh@usace.army.mil, as registration in the System for Award Management (SAM) is required for eligibility.
    Hose Renewal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a project titled "Hose Renewal," which involves renewing flexible hose assemblies for the carbon dioxide fire protection system aboard the USCGC WAESCHE at U.S. Coast Guard Base Alameda, California. The work is scheduled to take place from May 5 to May 23, 2025, and includes critical tasks such as validating and renewing hoses, hydro-testing new assemblies, and ensuring compliance with Coast Guard safety and fire regulations. This procurement is vital for maintaining operational safety and equipment integrity within the Coast Guard's infrastructure. Interested contractors, particularly small businesses, should contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429, or Tyler Melton at Tyler.k.melton@uscg.mil or 510-437-5437 for further details.
    Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard (USCG), is seeking proposals for the Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II), aimed at enhancing maritime operational capabilities under extreme weather conditions. The procurement involves the design, construction, testing, and delivery of specialized boats that will be utilized for search and rescue missions, law enforcement, and environmental protection, with specific requirements for durability and functionality in heavy seas. Interested contractors must adhere to detailed specifications outlined in the RFP, including an 18-month delivery timeline for the first vessel, and are encouraged to submit their proposals by the specified deadlines. For further inquiries, potential bidders can contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil.
    9 - 55-Gallon Drums of Mobil Delvac Modern 10W-40 Advanced Protection Oil
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure 55-gallon drums of Mobil Delvac Modern 10W-40 Advanced Protection Oil for use at Base Honolulu in Hawaii. This procurement falls under the 8(a) set-aside program, aimed at supporting small businesses, and is classified under the NAICS code 324191 for Petroleum Lubricating Oil and Grease Manufacturing. The oil is crucial for maintaining the operational readiness of Coast Guard vessels and equipment, ensuring they function efficiently in various conditions. Interested vendors can reach out to David W. Kelii at David.w.kelii@uscg.mil or by phone at 808-842-2831 for further details regarding the solicitation process.
    Grip Assembly, Controller
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for the procurement of four Grip Assembly, Controller units, essential components for their aviation operations. The solicitation, identified as number 70Z03825QJ0000169, requires that all parts be new and traceable to the Original Equipment Manufacturer (OEM), ensuring they meet airworthiness standards for installation on USCG aircraft. Interested vendors must submit their offers by February 14, 2025, at 2:00 PM EST, with the anticipated award date set for February 19, 2025. For further inquiries, potential bidders can contact Paige Kressley at Paige.E.Kressley@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.