Toledo, OH Valve & Intake Inspection & Repair
ID: 1305M225Q0056Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

All Other Support Services (561990)

PSC

MISCELLANEOUS SERVICE AND TRADE EQUIPMENT (3590)

Set Aside

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

    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the inspection and repair of an intake valve located at the US Army Corps of Engineers property in Toledo, Ohio. The project requires completion within 60 days of award, with the intention to finalize the work in a single day once initiated, and is exclusively set aside for small businesses under NAICS code 561990. This procurement is critical for maintaining water infrastructure and ensuring operational efficiency, with the contract to be awarded based on the Lowest Price Technically Acceptable approach. Interested vendors must submit their quotes by February 28, 2025, and are encouraged to schedule a site visit by February 26, 2025; for further inquiries, they can contact Wendy Culbreth at wendy.culbreth@noaa.gov or call 757-605-1263.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for vendors submitting proposals in response to a federal Request for Proposal (RFP). Vendors must provide detailed information on their past performance within the last three years, demonstrating relevant experience with contracts that exhibit similar scope, complexity, and magnitude to the current solicitation. Key elements include vendor identification, contract details (number, type, and total dollar value), government point of contact, services provided, and period of performance. Quoters are required to submit a maximum of three references, including contact and performance details for validation of their past work. They are encouraged to elaborate on challenges faced and corrective actions taken. Additionally, vendors must illustrate their recent experience specifically related to Intake Valve Repair. The document emphasizes the importance of subcontracting details, specifying the extent of the subcontractors' work and financial amounts. Overall, the emphasis lies on thorough documentation and high accountability in showcasing a vendor's experience, which is critical for federal procurement assessments.
    The document outlines a request for proposals (RFP) focused on underwater inspection and repair of a valve system, specifically addressing issues related to valve closure and pipe integrity. Key tasks include inspecting an isolation valve in a confined space, documenting findings through underwater photos or videos, and repairing the valve stem connection when feasible. If repairs are complex, a Condition Found Report (CFR) is required, detailing the situation for further assessment. An optional line item allows funding for work related to approved CFRs, subject to contracting officer approval. Additionally, the proposal outlines steps to de-water a well, including connecting a pipeline, flushing the intake for an hour, and utilizing divers to locate any pipe breaks. Documentation of the process and repairs, along with GPS marking of issues found, is mandatory. Overall, the structure of the RFP emphasizes the necessity for detailed inspection and reporting, ensuring all work adheres to federal and state guidelines while addressing the urgent need for maintenance of water infrastructure.
    The National Oceanic and Atmospheric Administration (NOAA) has issued a Request for Quotation (RFQ) 1305M225Q0056 for the inspection and repair of an intake valve located at the US Army Corps of Engineers property in Toledo, Ohio. The project aims to be completed within 60 days from the date of award, with the intent to finish the work in one day once initiated. This RFQ is exclusively set aside for small businesses, with a NAICS code of 561990, allowing a size standard of $16.5 million. The contract will be awarded based on the Lowest Price Technically Acceptable approach. Offerors must submit specific documentation including RFQ number, business information, and acknowledgment of terms. A site visit is highly encouraged for better cost estimation, which must be scheduled by February 26, 2025. Quotes are due by February 28, 2025. Key tasks involve inspection, potential repairs of the valve stem, and documenting conditions and damages with visual evidence. The document emphasizes adherence to federal labor standards and other compliance requirements. The anticipated award date is around March 15, 2025. This solicitation reflects NOAA's commitment to operational efficiency and compliance in its procurement processes.
    The document appears to contain a fragmented and heavily corrupted text, making it challenging to ascertain a coherent main topic or specific details. However, it seems related to federal and state/local Requests for Proposals (RFPs) and grants. Typically, RFPs serve as formal solicitations for bids from contractors and organizations seeking to provide services or products to government entities. In the context of government RFPs and federal grants, such documents aim to outline project goals, eligibility requirements, and submission processes. They facilitate transparency in procurement while promoting competitive bidding, ensuring taxpayer funds are utilized efficiently. Key components in standard RFPs include project scopes, deadlines, evaluation criteria, and compliance with federal or local regulations. Given that the text is corrupted and lacks discernible structure, it cannot be accurately summarized beyond repetitive phrases and symbols. Despite these limitations, the essence underscores the importance of RFPs as essential mechanisms in governmental operations, enabling public agencies to engage with the private sector effectively for service and infrastructure improvements. A thorough analysis of RFPs typically emphasizes strategic planning, evaluation methods, and accountability measures to uphold public trust and resource management.
    The document pertains to a series of federal and state RFPs (Request for Proposals) and grant opportunities aimed at various government projects. It outlines the structured approach to applying for these funds, including eligibility criteria, required documentation, and submission procedures. Central to this document is the emphasis on transparency and accountability, ensuring that projects funded through these grants meet specific guidelines and standards set by government entities. The key ideas include the importance of compliance with regulations, the need for detailed project proposals that can demonstrate significant community impact, and the incorporation of best practices in project management. The document highlights the necessity for detailed budgets and timelines, underscoring the importance of fiscal responsibility and the demonstration of effective use of taxpayers' money. Additionally, the context of these RFPs and grants reflects a broader governmental trend focused on enhancing infrastructure, public services, and community development through strategic funding. The document serves as a guide for prospective applicants, emphasizing clarity in the application process to facilitate successful project funding and implementation, ultimately aiming to improve public well-being and bolster economic development.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel, S3008, located in Patuxent, MD. The procurement includes essential tasks such as hull inspection, surface preparation, application of epoxy primer and antifouling paint, and installation of impressed current cathodic protection systems, all to be completed within a 90-day performance period. This contract is vital for maintaining the operational integrity of NOAA's maritime assets and ensuring compliance with federal labor standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Universal Sonar Mount (USM) system replacement for
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to procure replacement Universal Sonar Mount (USM) systems for its Navigation Response Branch (NRB), which are critical for hydrographic surveys and emergency responses. The procurement involves six Hightower Sonar Mount systems and associated components that must be compatible with existing welded mounting plates on the vessels used by Navigation Response Teams. This equipment is essential for maintaining navigational charts and enhancing operational readiness, as the current systems have reached the end of their operational life after ten years of use. Interested small businesses must submit their quotes electronically by March 7, 2025, with an anticipated award date around March 21, 2025. For further inquiries, potential offerors can contact Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.
    FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the replacement and upgrade of HVAC systems at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project specifically involves the removal of a failed 60-ton Daikin chiller and the installation of a new chiller along with Variable Frequency Drive (VFD) replacements, ensuring compliance with safety regulations and integration into the existing Energy Management System. This procurement is crucial for maintaining operational efficiency and safety at the marine sanctuary, which serves as an important environmental and visitor center. Interested small businesses must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date on or about March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Two Replacement Copeland semi-hermetic refrigeration compressors for NMFS in Newport, Oregon
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses to supply and install two Copeland semi-hermetic refrigeration compressors for the National Marine Fisheries Service (NMFS) in Newport, Oregon. The procurement includes full delivery and installation services, with a completion deadline set for May 30, 2025, and emphasizes the need for compatibility with existing chiller units while adhering to safety and operational standards. This equipment is crucial for maintaining the operational efficiency of the Fisheries Behavioral Ecology Program, and only proposals from registered small businesses under NAICS code 238220 will be considered. Interested vendors must submit their written quotes by February 18, 2025, and can direct inquiries to Jason Jenks at jason.jenks@noaa.gov.
    Snap-On or Equal Flightline Tool Kits
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotes from small businesses for the acquisition of two Snap-On, Part ATKMFLB Master Flightline or Hangar Kits, which are critical for maintenance operations on Gulf Stream Aircraft G-550. The procurement aims to ensure operational readiness by providing specialized maintenance equipment necessary for the upkeep of these aircraft. Vendors are required to submit detailed specifications and confirm their agreement with the terms of the combined synopsis/solicitation (RFQ 1305M225Q0072), with a deadline for submissions set for March 5, 2025. The government intends to award a firm-fixed-price contract based on the Lowest Price Technically Acceptable (LPTA) evaluation method, and interested parties can reach out to Wendy Culbreth at wendy.culbreth@noaa.gov or call 757-605-1263 for further inquiries.
    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.
    Grounds Maintenance Service - Woodford, VA
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for grounds maintenance services at the National Geodetic Survey's Testing & Training Center located in Woodford, Virginia. The procurement involves a firm-fixed price contract for a base year from April 1, 2025, to March 31, 2026, with the option to extend for four additional years, potentially lasting until March 31, 2030. This contract is crucial for maintaining approximately 20 acres of landscaped grounds, ensuring operational efficiency and environmental aesthetics, while adhering to federal labor standards and safety regulations. Interested contractors must submit their quotes by 2:00 PM Eastern on February 26, 2025, and can direct inquiries to Wendy Culbreth at wendy.culbreth@noaa.gov or by phone at 757-605-1263.
    Servo motor repair
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repair and reconditioning of DC servo motors, vital for operations at the WSR-88D Radar Operations Center in Grandview, Missouri. The procurement involves restoring these motors to "Like New" condition, adhering to stringent specifications that include comprehensive repair processes, inspections, and a one-year warranty on materials and workmanship. This initiative underscores the importance of maintaining critical weather-related infrastructure, ensuring operational reliability through meticulous equipment management. Interested contractors must submit their quotes by February 19, 2025, and direct any inquiries to Tyran Claypool at tyran.claypool@noaa.gov.
    VALVE,BALL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of ball valves under a firm fixed-price contract. The procurement aims to ensure the inspection, evaluation, and restoration of government-owned equipment to first-class operating condition, adhering to specific military specifications and quality requirements. These valves are critical components in various defense applications, emphasizing the importance of maintaining their functionality and reliability. Interested contractors must submit their quotations by February 27, 2025, and can direct inquiries to Carly Gassert at 717-605-5693 or via email at CARLY.GASSERT@NAVY.MIL.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF204 Patrol Boat, with a focus on engaging small businesses for this opportunity. The procurement requires contractors to provide comprehensive services, including structural repairs, ultrasonic testing, hull cleaning, and the removal and reinstallation of critical components such as rudders and propellers, all while adhering to federal safety and environmental regulations. This project is vital for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, with a projected award date of March 28, 2025; for further inquiries, contact Krystle Jones at krystle.jones@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.