Port Agent Services for NOAA Ship Okeanos Explorr
ID: 1333MK25Q0073Type: 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 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 11:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide Port Agent Services for the NOAA Ship Okeanos Explorer during three scheduled visits to Koror, Palau. The procurement aims to facilitate essential port operations, including husbanding services, which are critical for the ship's logistical support and operational readiness while in port. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in fulfilling government contracts. Interested parties should contact Isaac Bright at ISAAC.BRIGHT@NOAA.GOV or (541) 283-5107 for further details and to ensure compliance with submission requirements.

Point(s) of Contact
Files
No associated files provided.
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.
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.
NORTEK AQUADOPP PROFILER FOR NOAA CENTER FOR OPERATIONAL OCEANOGRAPHIC PRODUCTS AND SERVICES (CO-OPS) OFFICE
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Nortek USA Inc. for the procurement of Nortek Aquadopp Profilers to support high-latitude oceanographic sensor deployments as part of the Department of Defense’s Arctic Edge 2025 exercise near Anchorage, Alaska. The Aquadopp Profiler 2 Z-Cell 600 kHz is uniquely suited for this mission due to its zero-blank distance capability, which allows for accurate current measurements in challenging Arctic environments, and its compatibility with existing NOAA operational infrastructure. Interested parties who believe they can meet the government's requirements may submit documentation to the primary contact, Michelle Walton, at michelle.walton@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
J--Drydocking, inspection and repairs of EPA Research Vessel R/V LAKE EXPLORER II
Buyer not available
The Environmental Protection Agency (EPA) is seeking qualified contractors for the drydocking, inspection, and repairs of the EPA Research Vessel R/V LAKE EXPLORER II. The procurement involves a total small business set-aside firm-fixed price contract under NAICS Code 336611, which encompasses various repair and maintenance tasks, including hull inspections, underwater coating, and engine servicing. This contract is crucial for maintaining the operational integrity of the research vessel, which plays a significant role in environmental studies. Interested parties should note that the solicitation will be available on or after January 31, 2025, with all work expected to be completed within 12 weeks following the award, and inquiries can be directed to Ryan Schlenker at Schlenker.Ryan@epa.gov or (513) 569-7885.
NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting multiple service contracts under the SeaPort-NxG procurement vehicle. These contracts encompass a range of engineering services, including acoustic trial sustainment, technical support, and logistics, with opportunities available for both unrestricted and small business set-asides. The contracts are critical for supporting naval operations across various locations, including Florida and Hawaii, and are expected to include follow-on Requests for Proposals (RFPs) in fiscal year 2025 and beyond. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further inquiries regarding this opportunity.
Notice of Intent to Single Source to Elemental Scientific, Inc
Buyer not available
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.
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.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
NOAA: ROTRONIC Humidity Probes and Cables for National Weather Service (NWS)
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide fifty Rotronic humidity probes and associated cables for the National Data Buoy Center (NDBC) located at Stennis Space Center, Mississippi. This procurement aims to replace aging or damaged probes, ensuring the collection of accurate meteorological data critical for public safety and effective forecasting. The contract will be awarded based on the best value to the government, with a firm-fixed price structure and a focus on compliance with federal acquisition regulations. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes electronically, adhering to the specified deadlines and requirements outlined in the solicitation documents. For further inquiries, contact Nikki Radford at NIKKI.RADFORD@NOAA.GOV or Steven Prado at STEVEN.M.PRADO@NOAA.GOV.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
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 MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.