41--SCIENTIFIC WALKING FREEZER TO THE NOAA SHIP HB
ID: 1333MK25Q0096Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

REFRIGERATION EQUIPMENT (4110)

Set Aside

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

    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for a scientific walk-in freezer to be installed on the NOAA Ship Henry Bigelow, necessitated by the deterioration of the existing unit. The procurement aims to replace the freezer structure while reusing the existing refrigeration equipment, with delivery expected at Naval Station Newport, Rhode Island, by September 30, 2025. This acquisition is set aside exclusively for small businesses, emphasizing the importance of compliance with federal acquisition regulations and the need for authorized dealers or distributors of the specified equipment. Interested vendors must submit their proposals by July 3, 2025, and direct any inquiries to Alexander Cancela at alexander.cancela@noaa.gov by June 25, 2025.

    Point(s) of Contact
    CANCELA, ALEXANDER
    ALEXANDER.CANCELA@NOAA.GOV
    Files
    Title
    Posted
    The document outlines specifications for a Fisheries Research Vessel (FRV40-2) freezer construction, commissioned by Maritime Services Corporation based in Hood River, OR, for use in Seattle, WA. It details the materials and construction techniques for various components of the freezer, including wall, ceiling, and floor panels made from high-density urethane with galvanized steel finishes. The document specifies dimensions and design features of insulated freezer doors, equipped with stainless steel frames, magnetic gaskets, and heating elements to prevent ice build-up. It includes alterations to initial components, such as changes to the threshold dimensions, door relocations, and materials for the floor finish and doors. The sections are organized to provide a clear overview of construction standards alongside detailed specifications for parts and dimensions, crucial for ensuring compliance with safety and functional requirements for scientific equipment in fisheries research. This document serves as a technical guideline pivotal for contractors bidding on or fulfilling federal and state RFPs related to marine research equipment.
    The document outlines the installation and maintenance procedures for Imperial Brown's walk-in coolers and freezers, providing essential guidance on shipping, assembly, electrical requirements, safety protocols, and periodic maintenance. Key sections detail the necessary tools for installation, the handling of refrigeration systems, and safety warnings regarding panel installation and equipment handling. Emphasis is placed on following provided Shop Prints that specify dimensions and methods for anchoring wall and floor panels, as well as installing doors and refrigeration units. The warranty details underscore the importance of correct installation to maintain coverage, highlighting acceptable operating conditions and the necessity for qualified professionals to ensure compliance with state and local codes. This guide serves as a vital resource for contractors, ensuring effective and safe installation processes aligned with federal planning guidelines for public health and safety in built environments.
    The document is an amendment (0001) to solicitation number 1333MK25Q0096, which addresses vendor inquiries and extends the offer due date for a project involving the replacement of a panelized freezer structure. It confirms that refrigeration equipment is not included in the solicitation, as existing systems will be reused. Delivery coordination responsibilities rest with the awarded shipyard, ensuring a smooth transition when the new freezer is delivered. The government emphasizes that the award criteria will include authorized vendor status, delivery timelines, and pricing, while value-added services such as expedited lead times or installation support will also be considered. The amendment underlines the importance of submitting acknowledgment of receipt and any changes to offers by specified methods to prevent rejection. All original terms and conditions remain unchanged, reaffirming the commitment to maintain integrity in the contracting process. Overall, this amendment serves to clarify project requirements and enhance vendor participation in the procurement process.
    The document outlines a request for quotations (RFQ) for providing a scientific walk-in freezer to the NOAA Ship Henry Bigelow. This acquisition is exclusively set aside for small businesses, specifically targeting vendors who are authorized dealers or distributors of Imperial Brown, the original equipment manufacturer (OEM) of the required freezer. The RFQ specifies the need for a complete replacement due to the deterioration of the existing unit, with the delivery location being Naval Station Newport in Rhode Island. Contractors must submit detailed proposals, including their name, unique entity identifier, and a breakdown of costs, encompassing shipping. They also need to acknowledge any amendments to the solicitation and agree to the terms laid out. The selection process will prioritize availability, adherence to specifications, and competitive pricing. Interested parties must register with the System for Award Management (SAM) and ensure compliance with all relevant federal acquisition regulations. The deadline for submission is July 3, 2025, with inquiries due by June 25, 2025. Overall, this document emphasizes the importance of compliance with federal contracting procedures while promoting opportunities for small businesses in the procurement process.
    The NOAA Ship Henry Bigelow requires a complete replacement of its scientific walk-in freezer, which has deteriorated and must be upgraded for the FY26 dry docking. The request seeks a direct replacement, following the specifications outlined in referenced manuals. Interested bidders must include costs for shipping and handling, ensuring a door-to-door delivery to the ship's designated location at Naval Station Newport by 30 September 2025. The final delivery address will be confirmed after 1 September 2025 to coincide with the awarding of the dry dock repair contract for the ship. This RFP reflects the federal government's commitment to maintaining and upgrading operational capabilities of its vessels by ensuring compliance with quality and logistical requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Rental/lease a Cold and frozen storage
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified vendors to provide rental services for cold and frozen storage units under Request for Quotation N3904026Q304A. The procurement involves a Firm Fixed Price contract for one refrigerator box and one freezer box, with a base period of 52 weeks and two additional option periods, emphasizing the need for adherence to specific technical specifications and maintenance responsibilities. This opportunity is crucial for ensuring the proper storage of sensitive materials, and it is set aside for small businesses, with quotes due by 3:00 PM EST on December 12, 2025. Interested vendors must submit their proposals via email and ensure they are registered in SAM.gov, while also complying with Operations Security requirements outlined for contractors at the shipyard.
    Refer/Freezer Rental
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified vendors to provide rental services for cold (refrigerator box) and frozen storage (freezer box) units under Solicitation Number N3904026Q3042. This procurement is a Total Small Business Set-Aside, requiring a Firm Fixed Price contract in accordance with the attached Statement of Work, and is crucial for maintaining operational efficiency at the shipyard. Interested contractors must ensure compliance with Operation Security (OPSEC) requirements and submit their quotations by the specified deadline. For further inquiries, vendors can contact Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil.
    Southeast Fisheries Observer Programs
    Buyer not available
    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 a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.
    Closed Cycle Cryostat
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for a Closed Cycle Cryostat system, as part of a total small business set-aside procurement. The requirements include a comprehensive range of components such as a Cryocooler, water-cooled helium compressor, specialized hoses, optical shrouds, and radiation shields, all of which are critical for advanced scientific applications. Interested vendors must ensure that all items are brand name or equivalent, and provide documentation confirming their status as authorized distributors, with a focus on new equipment only. Quotations must be submitted via email to Elizabeth Harley by the specified deadline, and the procurement will follow a Lowest Price Technically Acceptable evaluation process.
    CONDENSER REFRIGERATION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a condenser refrigeration unit, identified as NSN 4130-01-540-2113, which is a shell and tube type seawater condenser manufactured by Carrier Transicold Co. This procurement is critical for maintaining operational efficiency within the Coast Guard's logistics framework, as the condenser is essential for refrigeration systems on vessels. Interested vendors must ensure compliance with specific packaging, marking, and delivery requirements, including bar coding and itemized packing lists, with a submission deadline for quotes set for December 8, 2025, at 10:00 AM EST. Quotations should be directed to Yvette Johnson at Yvette.R.Johnson@uscg.mil, and all participating companies must be registered in the System for Award Management (SAM).
    M--TRANSIT THE ST LAWRENCE SEAWAY AND WELLAND CANAL
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking a qualified port agent to provide services for the transit of the NOAA Ship Thomas Jefferson through the St. Lawrence Seaway and Welland Canal, with a performance period from March 1, 2026, to October 31, 2026. The selected contractor will be responsible for providing English-speaking pilotage, coordinating pilot arrivals and departures, managing lock operations, and handling all associated fees and documentation for both upbound and downbound transits. This procurement is critical for supporting NOAA's hydrographic research activities in Lake Erie and Lake Ontario, ensuring safe and efficient navigation through these waterways. Interested vendors must submit their quotations electronically by November 28, 2025, at 5:00 p.m. ET, to Alexander.Cancela@noaa.gov, and are encouraged to direct any questions in writing by November 24, 2025, at 9:00 a.m. ET.
    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.
    Fleet Stability Software Support Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract for Fleet Stability Software Support Services to Herbert-ABS Software Solutions. The procurement aims to provide and maintain the CargoMax and HECSALV stability software for NOAA's fleet of 15 research and survey vessels, which includes initial installations, software maintenance, and updates to data files and vessel information. This software is critical for ensuring the operational stability and safety of NOAA's vessels, and the contractor will also be responsible for providing technical support, training for ship crews, and maintaining a secure distribution website. Interested parties who believe they can meet the requirements must submit a capability statement to the Contract Specialist, Tamara Horton, by December 8, 2025, at 12:00 PM EST.
    Hydrogen Purchase/Delivery to Miami, FL WFO
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hydrogen gas and cylinder rental services for the National Weather Service (NWS) Miami Weather Forecast Office (WFO). The procurement involves the purchase and delivery of a maximum of 230 full 300 CF hydrogen cylinders annually, with deliveries scheduled every two weeks, starting from January 1, 2026, through December 31, 2026, and includes four optional one-year extensions through December 31, 2030. This hydrogen is essential for various operational needs within the NWS, ensuring the agency can effectively carry out its weather forecasting responsibilities. Interested vendors must submit their quotes electronically by December 15, 2025, at 12:00 PM MST/MDT to Jamie.Rosales@noaa.gov, with the evaluation based on price and technical capability.
    41--REFRIGERATION SYSTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of refrigeration systems, specifically for National Stock Number (NSN) 4130015374995. The requirement includes a quantity of 108 units to be delivered to DLA Distribution within 11 days after order (ADO), with approved sources listed as 0VL44 4210202 and 34623 6019788. These refrigeration systems are critical for maintaining temperature-sensitive supplies and equipment within military operations. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.