M--Provide Moorage in Kodiak, AK for the NOAA Ship Ra
ID: 1333MK25Q0078Type: 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
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting quotes for husbandry services for the NOAA Ship Rainier during its port call in Kodiak, Alaska, from May 1 to October 30, 2025. The procurement includes essential services such as moorage, line handling, garbage disposal, potable water supply, sewage management, fueling capabilities, and optional services like bilge water removal and tug assistance. This opportunity is significant for supporting NOAA's marine operations and ensuring logistical efficiency during hydrographic surveys in Alaska's coastal waters. Interested vendors must submit their quotes electronically by April 23, 2025, and direct any inquiries to Christopher Baker at christopher.baker@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Past Performance Questionnaire designed for evaluating contractors in relation to federal and state/local government contracts. It is structured to assess various performance metrics, including quality of service, schedule adherence, cost control, and management effectiveness. Each section requires raters to provide an adjectival rating (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) based on specific criteria related to the contractor's ability to meet contractual requirements. The ratings aim to reflect the contractor’s performance level, from exceeding requirements to failing most obligations, with spaces for additional comments. The purpose of the questionnaire is to gather validated feedback that influences contractor selection and ensures accountability in government services. This assessment aligns with the critical evaluations necessary for government RFPs and grants, highlighting the importance of rigorous standards for contractor performance in the public sector.
    This document outlines the Statement of Work (SOW) for port services required for NOAA Ship Rainier during its operational period in Kodiak, Alaska, from May to September 2025. The NOAA Ship will conduct hydrographic surveys in Alaska's coastal waters, necessitating specific port services while in Kodiak, including moorage, line handling, garbage disposal, potable water supply, fueling, and accessibility for loading supplies. Moorage requirements specify a guaranteed pier space for the duration of the stay, with a minimum necessary length of 300 feet and parking for three vehicles. Additional optional services, such as bilge water removal, shore power, and tug assistance, may be provided upon request. The document emphasizes the need for coordination with a designated Technical Point of Contact for service execution and outlines payment terms, stipulating payment within 30 days of invoicing. The Contracting Officer holds authority for any contractual changes, underscoring the document's compliance framework and operational stipulations. This SOW serves as a government request for proposal, detailing necessary services to support NOAA's marine operations effectively and ensure seamless logistical planning during the specified period.
    This government document outlines the procedures for acknowledging receipt of amendments to solicitations and modifications of contracts within federal procurement processes. Offers must confirm receipt before the specified deadline through predetermined methods such as completing specific form items or sending a separate communication referencing the amendment. Failure to acknowledge receipt may lead to offer rejection. It clarifies that contractors can change previously submitted offers via electronic or written communication, provided it references the original solicitation and amendment. The document includes administrative details like contract numbers, effective dates, and timelines, reinforcing the importance of compliance with outlined procedures to maintain the integrity of the bidding process. The summary reinforces how critical timely acknowledgment and compliance with procedural requirements are within the context of federal RFPs and grants.
    This document serves as an amendment to a federal solicitation, outlining the acknowledgment procedure for offers submitted in response to the solicitation. Offerors must acknowledge receipt of the amendment prior to the specified deadline to avoid rejection of their offer. Acknowledgment can be done by completing specific items on the form or through a separate electronic communication referencing the amendment. The amendment includes essential contract details such as the contract ID code, amendment number, effective date, and the period of performance for the relevant services. It ensures that any changes made to previously submitted offers can be documented through formal communication before the designated opening time. The continuation sheet includes additional administrative details, including the address of the contractor and the contracting officer’s information. Overall, the amendment aims to clarify the terms and requirements associated with the solicitation process, ensuring compliance and proper communication among all parties involved in the contract or grant process.
    The document outlines the terms and requirements for a federal government solicitation amendment, specifically related to the acquisition of services associated with moorage and support for vessels. Vendors must acknowledge receipt of the amendment by specific methods, including submitting a letter or completing designated sections in the offer. The solicitation period is from May 1, 2025, to October 30, 2025, and stakeholders are advised that prices will be paid at actual cost, with any unused funds de-obligated later. The offer evaluation will focus on technical capability, past performance, and price, with technical and past performance factors receiving higher importance than price alone. The submission must include detailed descriptions of services offered, recent relevant references, and a past performance questionnaire sent directly to specified contacts. Additionally, extensions of services may be required, up to six months, if deemed necessary. The document serves to ensure potential contractors understand evaluation criteria and the requirements necessary for successful bidding, reinforcing the government's commitment to efficient procurement processes.
    The Women-Owned Small Business (WOSB) solicitation document outlines a federal procurement for commercial products and services. It includes sections for bid requisition, award information, and necessary contract details, emphasizing compliance with the Federal Acquisition Regulation (FAR) requirements. The primary focus is on submitting proposals by specified deadlines while adhering to guidelines for contractor qualifications, including compliance with labor standards under the Service Contract Act and Executive Orders regarding wage rates. The solicitation specifies service requirements, including moorage facilities, water supply, and additional potential service needs, all compensated at actual cost with unused funds being de-obligated later. Moreover, the document touches on wage determinations, requiring contractors to meet minimum wage standards and provide health benefits, emphasizing transparency and accountability in contracting procedures. This RFP is significant for promoting inclusion of women-owned businesses in federal contracts, aligning with broader goals of equitable procurement practices.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    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.
    2026-2028 Homer Harbor & Ninilchik Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is preparing to solicit bids for the maintenance dredging of Homer Harbor and Ninilchik Harbor in Alaska for the years 2026 to 2028. The project involves performing maintenance dredging, placement of dredged materials, and conducting pre- and post-dredge surveys, requiring the contractor to provide all necessary labor, equipment, and materials. This maintenance work is crucial for ensuring navigability and safety in these harbors, which are vital for local maritime activities. Interested contractors should note that the solicitation will be available online on or after December 15, 2025, with an estimated contract award date in February 2026, and must be registered in SAM.gov to be eligible for bidding. For further inquiries, contact Melanie DePuy at melanie.depuy@usace.army.mil or Jennifer Gosh at jennifer.gosh@usace.army.mil.
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.
    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.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    DRY DOCK USCG BEAR FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dry dock repairs for the USCGC BEAR (WMEC 901) in fiscal year 2026. The procurement involves dry dock services, temporary cutter services, and the repair and preservation of ballast tanks, with work required to be performed within a 50-mile radius of the vessel's homeport in Portsmouth, VA, from July 20 to August 9, 2026. This opportunity is crucial for maintaining the operational readiness of the cutter, which plays a vital role in maritime safety and security. Interested parties must submit their information, including company details and past performance, by December 29, 2026, at 11:00 am EST, and must be registered in SAM to participate. For further inquiries, contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil.
    USNS HENRY J. KAISER FY 27 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors to prepare for and accomplish the Regular Overhaul and Dry Docking of the USNS HENRY J. KAISER (T-AO 187) as outlined in the forthcoming solicitation. This contract will involve comprehensive ship repair services, with the anticipated performance period set from December 15, 2026, to April 13, 2027, at the contractor's facility on the West Coast. The opportunity is significant as it pertains to the maintenance and operational readiness of a key naval vessel, ensuring continued support for maritime operations. Interested parties are encouraged to submit capability statements or proposals, and should contact Bryan Makuch at bryan.makuch@navy.mil or 564-226-1259 for further information. The solicitation is expected to be released around January 16, 2026, and access to technical data will require signing a Non-Disclosure Agreement as detailed in the attached documentation.
    2026-2028 Dillingham Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the 2026-2028 Dillingham Harbor Maintenance Dredging project in Dillingham, Alaska. This contract requires the contractor to perform maintenance dredging, manage the placement of dredged materials at a designated open-water site, and conduct pre- and post-dredge surveys, ensuring compliance with all applicable federal, state, and local regulations. The project is critical for maintaining navigability and safety in the harbor, and the contract will be awarded as a firm-fixed price, with construction wage rates applicable. Interested contractors should reach out to Jennifer Gosh at Jennifer.Gosh@usace.army.mil or George Nasif at George.G.Nasif@usace.army.mil for further details.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.