NON-PERSONAL SERVICES FOR SCALLOP DOCKSIDE VESSEL
ID: 1305M324Q0355Type: Solicitation
Overview

Buyer

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

NAICS

Shellfish Fishing (114112)

PSC

NATURAL RESOURCES/CONSERVATION- FISHERIES RESOURCES MANAGEMENT (F020)

Set Aside

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

    The National Oceanic and Atmospheric Administration (NOAA) within the Department of Commerce is seeking non-personal services for an innovative training platform oriented toward scallop dockside vessel operations.

    The primary objective is to develop a comprehensive solution for efficient fisheries management and worker training, focusing on scallop fishing vessels. The successful applicant will design a practical and sustainable system, leveraging their expertise in natural resources and conservation.

    Scope of Work

    The awardee will be responsible for:

    • Collaborating with NOAA to design, implement, and debut a training platform tailored to scallop dockside vessel procedures.

    • Delivering a user-friendly, accessible, and inclusive training program that enhances safety and operational best practices.

    • Incorporating interactive elements and real-life scenarios to ensure engaging and effective learning experiences.

    • Providing post-delivery support and making reasonable updates to the platform as needed.

    Eligibility Criteria

    This opportunity is reserved for small businesses that possess expertise in fisheries resources management, natural resources conservation, or maritime training programs. Applicants should have a strong track record of successful project execution and delivery.

    Funding and Contract Details

    NOAA estimates funding for this project to be around $750,000, with the contract type being a firm-fixed-price. The initial contract period will be one year, with options to extend based on performance and availability of funding.

    Submission Process

    Interested small businesses should submit their proposals by the stated deadline. Applications should include a detailed project plan, outlining the methodology, timelines, and resources required.

    NOAA encourages applicants to showcase their relevant experience and provide creative solutions in their submissions. Applications should be submitted electronically in PDF format.

    Evaluation Criteria

    Proposals will be evaluated based on the following criteria:

    • Technical Merit (30%)
    • Past Performance (30%)
    • Small Business Participation (20%)
    • Cost Reasonableness and Realistic Approach (20%)

    NOAA will select the application that represents the best overall value to the government, considering the stated evaluation criteria.

    Contact Information

    For clarification or further information, interested parties can contact Grace La Pierre at GRACE.LAPIERRE@NOAA.GOV or via phone at 206-526-4382.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Consulting services for chemometric model building, experimental testing, and analytical services from FT-NIR spectra of fish otoliths
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking consulting services for chemometric model building, experimental testing, and analytical services related to FT-NIR spectra of fish otoliths. The primary objective is to develop predictive models for fish age and sex from various species' otoliths, as well as to conduct experiments to understand the effectiveness of these models and the impact of damaged otoliths on predictions. This work is crucial for enhancing the efficiency of fish ageing processes, which support stock assessments for fishery management. Interested parties may contact Shawana Randolph at shawana.randolph@noaa.gov, with the contract expected to run from October 1, 2024, to March 31, 2026. This procurement is intended to be negotiated on a sole-source basis with Eigenvector Research, Inc., due to their unique qualifications and prior investments in training and software compatibility.
    Two Marine-Grade Portable Electric Winches for NMFS - AFSC
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the procurement of two marine-grade portable electric winches, essential for deploying and retrieving underwater survey cameras as part of a project funded by the Inflation Reduction Act Optical Strategic Initiative. These winches will facilitate camera surveys of untrawlable habitats in the Gulf of Alaska, enabling the collection of critical imagery for assessing fish densities and habitat structures in ecologically sensitive areas. Interested vendors must ensure compliance with specific technical specifications and demonstrate their understanding of the project needs, with evaluations based on price and past performance. Proposals are due by September 17, 2024, with delivery required between October 1, 2024, and February 1, 2025, to NOAA Fisheries in Seattle, Washington. For further information, contact Jason Jenks at jason.jenks@noaa.gov.
    Request for Information: CHARTERED VESSEL TO CONDUCT LONGLINE SURVEY IN THE EASTERN BERING SEA, THE ALEUTIAN ISLANDS REGION, AND THE GULF OF ALASKA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is conducting a Request for Information (RFI) for the charter of a vessel to perform longline surveys targeting sablefish and other groundfish in the Eastern Bering Sea, Aleutian Islands Region, and Gulf of Alaska. The primary objectives of this procurement include assessing fish abundance, tagging species for migration studies, and collecting biological data to support effective fisheries management. This initiative is crucial for enhancing the understanding of groundfish resources, which are vital for sustainable fisheries practices. Interested vendors are encouraged to submit their capabilities statements by September 23, 2024, to Contracting Officer Crystina Jubie at Crystina.R.Jubie@noaa.gov, and may also participate in a virtual industry day scheduled for the week of September 30, 2024.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.
    FY 25 INTERMEDIATE DRYDOCKING AND REPAIRS TO NOAA SHIP GORDON GUNTER
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide intermediate drydocking and repairs for the NOAA Ship Gordon Gunter for fiscal year 2025. The procurement involves comprehensive maintenance services, including inspections and repairs to ensure the vessel's operational readiness for NOAA's research missions, with a focus on adhering to safety and quality standards. This contract is critical for maintaining the functionality of NOAA's fleet, which supports vital environmental and oceanographic research. Interested vendors must submit their quotes electronically by September 16, 2024, and can request specification documents by contacting Michelle Blake at michelle.blake@noaa.gov or Andrew J. Northcutt at Andrew.Northcutt@noaa.gov.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT).
    Active
    Dept Of Defense
    The U.S. Navy is seeking proposals for a federal contract, R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT). This opportunity falls under the administrative and general management consulting services category. The primary purpose of this contract is to support the Navy's PMT office by providing business management services, including program management, administrative support, and technical assistance. The successful awardee will assist in managing and executing various PMT programs, enhancing the efficiency and effectiveness of Navy operations. The scope of work involves multiple key tasks. The awardee will be responsible for providing program management support, budget and financial management, personnel support, and training coordination. This includes assisting in developing and implementing procedures for these areas, as well as delivering comprehensive reports and presentations. The contract will require regular interaction and collaboration with Navy staff, ensuring seamless integration of services. To be eligible for this contract, applicants should possess a strong track record in administrative management, with specific experience in government or military environments being highly desirable. The Navy seeks a partner with a deep understanding of the unique demands and protocols of the public sector. Demonstrated ability in program management, strong communication skills, and data analysis expertise are also crucial. The contract is expected to be funded at around $7 million, with a potential period of performance of five years. The Navy anticipates awarding a fixed-price contract, with the option to extend based on performance and operational needs. Interested parties should submit their proposals before the stated deadline. It is anticipated that the evaluation process will focus on the applicant's technical approach, past performance, and cost-related factors. The Navy encourages applicants to include a detailed description of their qualifications, experience, and proposed solution. For clarification or questions, interested individuals and organizations should contact Alexis Montelone at alexis.montelone@navy.mil. This opportunity offers a chance to play a vital role in supporting the Navy's PMT office, and the successful applicant will contribute significantly to enhancing the Navy's operational capabilities.
    Ruggedized Waterproof Monitors with Mounted Keyboards
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the procurement of ruggedized, waterproof monitors with mounted keyboards, essential for use in marine research operations. The solicitation specifies the need for 17” and 22” Universal Mount Industrial Monitors that meet stringent environmental protection standards (NEMA 4X, IP65/IP66) and compatibility with NOAA-developed software for data entry during fishery research surveys. This procurement is critical for the Ecosystems Surveys Branch, which relies on these monitors to collect and analyze vital data. Interested small businesses must submit their proposals electronically by September 17, 2024, with delivery of the equipment required by September 25, 2024, to Woods Hole, Massachusetts. For further inquiries, contact Kelly Taranto at kelly.taranto@noaa.gov.
    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.
    R--BOATMAN OPERATIONS LOGISTICAL SERVICES
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is soliciting proposals for Boatman Operations Logistical Services to support the Grand Canyon Monitoring and Research Center (GCMRC) from December 2024 to November 2029. The procurement aims to secure qualified personnel, including boat operators and field technicians, to facilitate approximately 20 to 30 annual river trips essential for ongoing environmental monitoring and research in the Colorado River canyons. This contract, set aside for small businesses, has a maximum value of $8 million, with an initial task order estimated at $600,000, and proposals must be submitted electronically by September 30, 2024. Interested parties can contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330 for further information.