PROVIDE MACERATOR TO THE NOAA SHIP RONALD BROWN
ID: 1333MK25Q0064Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

WASTE DISPOSAL EQUIPMENT (4540)

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 proposals from qualified small businesses for the procurement of a marine-grade, high-capacity food waste macerator for the NOAA Ship Ronald H. Brown. The macerator must meet specific requirements, including a 5.5kW power capacity, the ability to grind food waste to less than one inch, and be housed in an acid-proof stainless steel cabinet suitable for marine environments, ensuring compliance with MARPOL regulations for sea disposal. This acquisition is crucial for enhancing operational efficiency and environmental compliance in maritime waste management. Interested vendors must submit their quotations by March 17, 2025, and direct any inquiries to Alexander Cancela at alexander.cancela@noaa.gov by March 12, 2025. The solicitation is a total small business set-aside under NAICS code 333310, with all proposals evaluated based on best value criteria.

    Point(s) of Contact
    CANCELA, ALEXANDER
    ALEXANDER.CANCELA@NOAA.GOV
    Files
    Title
    Posted
    The document pertains to Amendment 0002 of Solicitation 1333MK25Q0064, outlining essential procedures for bidders regarding the acknowledgment of the amendment. Offers must be acknowledged by specific methods to avoid rejection, and changes to previously submitted offers are permitted through formal communication. Key updates include a modification of the posting requirement from a Request for Information to a regular solicitation, alongside a solicitation extension, with all terms and conditions remaining unchanged. The amendment emphasizes adherence to submission deadlines, maintaining original guidelines while facilitating necessary adjustments. This document serves to clarify compliance requirements and ensure all parties are informed about the solicitation's amendments.
    The document outlines Amendment 0001 to solicitation 1333MK25Q0064, modifying the request for information regarding the procurement of a high-capacity food waste macerator for the NOAA Ship Ronald H. Brown. The amendment shifts the solicitation's purpose, updates the statement of need, and addresses vendor inquiries, confirming that the vessel does not require explosion-proof components and has no footprint constraints. It specifies that offers must be acknowledged through various methods before the submission deadline of March 17, 2025. Key requirements include providing detailed vendor information, active SAM registration, an itemized quote, and compliance with all stipulated terms. The solicitation is a 100% small business set aside under NAICS code 333310, emphasizing government procurement protocols and deadlines. The document includes instructions for submission and requires that communications be directed to the contracting officer, Alexander Cancela. Overall, the amendment reinforces procedures while outlining specific vendor responsibilities and procurement parameters for this acquisition.
    The document outlines a Request for Proposal (RFP) issued by NOAA for the procurement of a marine-grade, high-capacity food waste macerator. It identifies the acquisition as a firm-fixed-price contract, exclusively reserved for small businesses within the NAICS Code 333310, which encompasses commercial and service industry machinery manufacturing. The offer submission deadline is set for March 17, 2025. It details the necessary qualifications for offerors, including requirements for registration in SAM, submission of pricing breakdowns, and compliance with specified terms. Offerors must provide documentation such as acknowledging solicitation amendments and product specifications meeting designated needs. Communication regarding inquiries must be in writing, with a deadline of March 12, 2025. The document emphasizes the importance of providing accurate and complete information and encourages interested vendors to register to receive notifications on this acquisition. Overall, it reflects the government's aim to procure specific services while promoting small business participation, ensuring proper compliance and documentation in the procurement process.
    The file outlines a request for the procurement of a Food Waste Macerator for the NOAA Vessel Ronald H. Brown, emphasizing its necessity for efficient disposal of food waste at sea in compliance with MARPOL standards. The technical specifications detail the device's high-capacity throughput, requiring 5.5 kW electrical power, 480V/60Hz motor supply voltage, and safety features, including a transformer for control voltage reduction to 24V/60Hz. The construction requirements include an acid-proof stainless steel cabinet suitable for marine environments and an installation kit with several components essential for operation. The urgency of the procurement is stressed, indicating a need for immediate delivery to Bollinger Marine Repair in Pascagoula, MS. This document highlights the government's aim to enhance environmental compliance aboard marine vessels through the specified operational requirements.
    The document outlines a Request for Proposal (RFP) aimed at procuring a Food Waste Macerator for the NOAA Vessel Ronald H. Brown. The key specifications include a high-capacity model with a 5.5kW electrical power requirement, operational safety features, and the ability to grind food waste, including bones, to less than one inch to comply with MARPOL regulations for sea disposal. The unit must be housed in an acid-proof stainless steel cabinet suitable for a marine environment and include necessary installation equipment such as a transformer, circuit breaker, water connection hose, and mounting bracket. The delivery location specified is Bollinger Marine Repair in Pascagoula, MS. This RFP demonstrates the government’s commitment to operational efficiency and environmental compliance in maritime waste management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    Crane Support
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotes for crane support services at the Gulfport Pier in Mississippi, as part of a total small business set-aside contract. The procurement involves providing all necessary labor, equipment, and materials for crane operations, specifically requiring a crane capable of lifting 18,000 lbs at 80 ft, with services anticipated during vessel port calls until project completion. Interested vendors must submit their quotes electronically by December 19, 2025, at 10 PM EST, and are encouraged to contact Christopher Baker at christopher.baker@noaa.gov for any inquiries before the deadline.
    RO UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for the procurement of a VILLAGE MARINE PURE WATER SERIES system, which operates at 440 volts, 3 phase, 60 hertz, and 6 amps, including a freshwater flushing option. This opportunity is set aside for Women-Owned Small Businesses (WOSBs), and the government anticipates awarding a firm, fixed-price contract based on technical merit, pricing, and past performance, with a delivery requirement by January 2, 2026, to SRF AND JRMC YOKOSUKA, JAPAN. Interested vendors must submit their quotes by December 24, 2025, and are encouraged to address all aspects of the solicitation while noting any exceptions. For further inquiries, potential bidders can contact Stormy Caudill at stormy.a.caudill.civ@us.navy.mil.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    USCG IPF New Orleans Reclaim System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of a 8400-319 NORTON 30CF Reclaim System to be delivered to its Industrial Production Facility in New Orleans, Louisiana. The contractor is required to provide all necessary materials for this industrial equipment, which is essential for abrasive media reclamation, ensuring compliance with industry standards and specifications. The contract will be awarded based on the lowest price for a Firm-Fixed Price Supply Contract, with a delivery timeline of 30 days after receipt of order. Interested vendors must submit their quotes by January 9, 2026, and direct any questions to the primary contact, Joseph Loporto, at Joseph.loporto@uscg.mil or 504-253-4773.
    Purchase of Lithium Battery Packs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes for the purchase of 60 custom lithium battery packs intended for use in PMEL GPS mooring buoys. The procurement is a total Small Business Set-Aside, with specific technical requirements including a maximum diameter of 5.85 inches, a maximum height of 5 inches, and specifications for the battery cells and external cabling. The selected contractor must deliver the battery packs within 45 days after receipt of order and comply with the Buy American Act. Interested vendors must submit their quotes electronically to Weiming Tan at weiming.tan@noaa.gov by 12:00 PM EST/EDT on December 31, 2025, and must be registered in SAM.gov and utilize FedConnect for contract administration.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The requirement includes providing a Hobart model No. AM16-BAS-4 sanitizer, along with installation and removal services, to ensure the cutter maintains necessary habitability and sanitary conditions. This procurement is critical as the current unit has a history of failures, and the work will take place at the cutter's location in Cape Canaveral, Florida, with performance dates set for February and March 2026. Interested vendors must submit their quotes by December 15, 2025, and can contact Timothy Ford or Sean Hoy via email for further inquiries.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.