Provide Spare Machinery Control System for NOAA
ID: 1333MK24Q0136Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

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

    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified vendors to provide spare components for the Machinery Control System (MCS) aboard the NOAA Ship Ferdinand R. Hassler. The procurement includes specific Siemens components, such as programmable logic controllers and communication modules, with a requirement for three units of each item. These components are critical for maintaining the operational efficiency and safety of the ship's systems. Interested vendors must submit their quotations electronically by September 6, 2024, and are encouraged to contact Alexander Cancela at alexander.cancela@noaa.gov for any inquiries. The contract will be awarded based on vendor authorization status, past experience, delivery capability, and price, with all submissions needing to comply with the outlined documentation requirements.

    Point(s) of Contact
    CANCELA, ALEXANDER
    ALEXANDER.CANCELA@NOAA.GOV
    Files
    Title
    Posted
    The document serves as a revision write-up detailing the wiring and connectivity for various electrical components and systems aboard a vessel. It outlines the connections for different locations, cable types, and their respective part numbers, including specific instructions for jumpers and alarms. Key areas of emphasis include the configuration of sensors, control systems, and alarm notifications for components such as battery chargers, water pumps, and propulsion systems. The comprehensive listing of parts and cables highlights the complexity of the infrastructure necessary for operational efficiency and safety. Additionally, the document specifies monitoring alarms for critical systems, addressing potential failures, and ensuring that necessary precautions are in place for emergencies. This detailed configuration serves to inform contractors or technicians about the requirements necessary to maintain and operate the vessel's systems effectively, elucidating the precise arrangements needed for proper functionality, and highlighting the importance of adhering to technical standards.
    The document is an amendment to the solicitation 1333MK24Q0136, specifically Amendment 0001, which addresses inquiries related to the procurement process. The amendment provides important updates, including clarification of requested products from Siemens, where the specified part numbers are outlined along with links to their descriptions. It also notes an extension of the offer due date and emphasizes that all other terms and conditions remain unchanged. Acknowledgment of the amendment is required via specified methods to ensure the acceptance of the revised offer. The document reflects standard procedures in government contracting, highlighting the importance of communication and compliance in the bidding process within federal requests for proposals (RFPs). This amendment illustrates the government's commitment to transparency and contractor engagement in fulfilling project needs.
    The document is an amendment to solicitation number 1333MK24Q0136, identified as Amendment 0002. Its primary purpose is to dissolve the Small Business set aside and relist the solicitation for unrestricted competition, allowing full participation from all eligible contractors. Additionally, the amendment extends the due date for offers, which can be confirmed on SAM.gov. All previously established terms and conditions of the solicitation remain unchanged except for these modifications. The amendment emphasizes the importance of acknowledging receipt of this change to avoid rejection of offers. Proper protocols for submitting changed offers are also outlined. The key takeaway is that the government is shifting to full and open competition, creating greater opportunities for a wider range of contractors while maintaining compliance with federal regulations.
    This document outlines Amendment 0003 to solicitation number 1333MK24Q0136, which modifies conditions for bids regarding machinery control system repairs and upgrades. The amendment allows quotes from vendors who are Vessel Automation Technicians or Machinery Control System Technicians, expanding eligibility beyond just manufacturers and authorized dealers. Vendors must provide references from similar jobs within the past three years and include a point of contact with detailed service descriptions and pricing. The award will consider authorization status, past experience, availability for delivery after receipt of order, and price. All other terms and conditions of the initial solicitation remain unchanged. The document emphasizes the importance of acknowledging the amendment to avoid offer rejection, maintaining strict adherence to submission timelines as per government regulations. This amendment demonstrates a focus on enhancing vendor participation while ensuring quality through reference requirements.
    This document outlines a Request for Quotation (RFQ) issued by the National Oceanic and Atmospheric Administration (NOAA) for the provision of spare components for the Machinery Control System (MCS) of the NOAA Ship Ferdinand Hassler. The acquisition is exclusively set aside for small businesses under NAICS code 334513. Vendors are required to submit their offers electronically by September 6, 2024, and must adhere to specific documentation requirements, including providing a breakdown of costs, acknowledgment of solicitation amendments, and assurance of product compatibility as only Siemens components are authorized. Key points include a clear deadline for inquiries and submissions, detailed compliance requirements concerning vendor certifications (including SAM registration), and a methodology for evaluation focused on price, delivery capability, and authorized vendor status. The RFQ mandates the inclusion of shipping costs in all quotations and emphasizes the need for proof of product specifications and availability. The document reflects standard federal contracting procedures aimed at ensuring competitive and efficient procurement of crucial spare parts for government maritime operations.
    The NOAA Ship Ferdinand R. Hassler requires procurement of spare components for its Machinery Control System (MCS) as outlined in this Request for Proposal (RFP). The scope includes the supply of specific Siemens components, each in quantities of three, including various types of programmable logic controllers (PLC), communications modules, and input/output modules. The contractor must ship these materials to a designated address, ensuring shipping insurance and providing tracking information to the NOAA port engineer. The expected period of performance for this contract extends until September 30, 2024. Additionally, the contractor is responsible for providing manufacturer literature for the supplied components. The point of contact for this procurement is the port engineer, Alex Chartier. Overall, the document emphasizes the logistical and quality assurance requirements for the supply of critical machinery parts necessary for the ship’s operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair and reconditioning of 28 each Motor, DC Servo, NWS/ROC PN: 2200220-201, ASN: R400-2A1A1B1
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the repair and reconditioning of 28 DC Servo Motors, specifically part number 2200220-201. The objective of this procurement is to restore the motors to "like new" operating condition, ensuring they meet the original manufacturer's specifications and tolerances, which is critical for maintaining operational readiness in weather monitoring systems. Interested vendors must demonstrate their capability to fulfill these requirements, including providing a first article for inspection within 60 days after receipt of order, and must submit their quotes by September 20, 2024, at 3 PM CDT. For further inquiries, potential offerors can contact Marjorie Sabbagh at margie.sabbagh@noaa.gov.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.
    150hp Four Stroke Outboard Engines
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp Four Stroke Outboard Engines. The primary objective of this solicitation, numbered 1333MJ24Q0042, is to acquire these engines with specific technical and shipping requirements, including a delivery deadline of November 30, 2024, to Miami, Florida. These outboard engines are crucial for NOAA's operational capabilities, supporting various marine and environmental missions. Interested small businesses must submit their offers, ensuring compliance with the Buy American Act and other federal regulations, with all submissions due by the specified deadline. For further inquiries, potential bidders can contact Darrin Moore at darrin.moore@noaa.gov.
    150hp Four Stroke Outboard Engines Amendment 0001
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp four-stroke outboard engines for the R/V GBN1 vessel. The solicitation, identified as number 1333MJ24Q0042, requires compliance with U.S. regulations, including the Buy American Act, and emphasizes specific technical requirements such as a fly-by-wire system and hydraulic steering. This procurement is crucial for maintaining NOAA's marine operations, ensuring that the vessel is equipped with reliable and efficient engines. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Darrin Moore at darrin.moore@noaa.gov.
    Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Military Sealift Command, is seeking quotes for the procurement of actuator assemblies for the USNS William McLean (T-AKE 12). This procurement involves a firm-fixed price purchase order for various components, including motors, actuators, limit switches, and modular control packages, with a delivery deadline set for May 30, 2025. The goods are critical for maintaining operational readiness and safety of military vessels, emphasizing the importance of compliance with federal procurement regulations. Interested vendors must submit their price quotes by September 24, 2024, and can contact Darius Swift at darius.swift.civ@us.navy.mil or James Parker at james.parker5@navy.mil for further information.
    MSC Hatteland Monitor Replacements
    Active
    Dept Of Defense
    The Department of the Navy, through the Military Sealift Command (MSC), is seeking quotations for the procurement of brand name Hatteland monitors and adapters, specifically the HD32T40MVD-MAX-C model, essential for maintaining operational capabilities on TAO Class vessels. This procurement is critical as the existing Hatteland models are being phased out, and the unique specifications necessitate the use of these specific monitors to ensure compatibility and operational safety. Interested vendors must submit their quotes electronically by September 23, 2024, with a required delivery date set for April 30, 2025, and can direct inquiries to Brandy Hernandez at brandy.j.hernandez6.civ@us.navy.mil or Stacy Ziehl at stacy.m.ziehl.civ@us.navy.mil.
    USNS HARVEY MILK_ BALLHEAD ACTUATOR
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is soliciting proposals for the procurement of a Ballhead Actuator from Golten Service Co Inc., specifically under solicitation number N3220524Q2149. This procurement is critical for ensuring compatibility with existing equipment aboard Military Sealift Command ships, emphasizing the necessity of using the Original Equipment Manufacturer (OEM) to mitigate risks associated with non-OEM parts. The delivery of the actuator is required by December 20, 2024, at a warehouse in San Diego, California, with quotes due by September 19, 2024. Interested vendors can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@us.navy.mil for further details.
    Direct Replacements Bow Thruster Parts
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of Direct Replacement Parts for the Bow Thruster system, specifically from Kongsberg Maritime Inc., the Original Equipment Manufacturer (OEM). This opportunity is categorized as a sole-source contract, with the government seeking a firm fixed-price supply contract in accordance with FAR parts 12 and 13.5, emphasizing the importance of complete submissions for all specified items. The successful contractor will be responsible for delivering the required parts to the Military Sealift Command in Norfolk, VA, with a completion date set for March 1, 2025. Interested offerors must submit their proposals by September 17, 2024, and can direct inquiries to Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil.
    USNS CODY (NAVIGATION BRIDGE)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for technical services related to navigation, SOLAS, and Voyage Data Recorder systems for the USNS CODY during its Final Contract Trials (FCTs). The procurement requires the provision of an Original Equipment Manufacturer (OEM) service representative to ensure operational readiness and compliance with equipment inspections during ship trials scheduled for 15-17 October and 5-7 November 2024 at JEB-Little Creek, Virginia Beach, VA. This opportunity is critical as it involves specialized support from Northrop Grumman (Sperry), the sole source provider due to their proprietary rights and unique capabilities essential for the safety and functionality of naval operations. Interested parties must submit their quotes via email by 11:00 AM EST on 25 September 2024, and can contact James E. Greene or Heather East for further information.
    Coast Guard Cutter (WMSLs) Propulsion Control System Upgrades
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services and materials for propulsion control system upgrades on the 418’ Maritime Security Cutter-Large (WMSL) Class vessels, specifically hulls 750 through 758, as well as the Training Center Yorktown platform. The project aims to align the propulsion systems, including hardware and software components, with the configurations of the latest cutter, hull 759, ensuring operational efficiency and compliance with safety and environmental standards. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet and will be conducted on a sole-source basis with Rolls Royce Solutions America Inc., with a performance period anticipated to begin with a solicitation around December 2024 and contract award in early April 2025. Interested parties should submit their capabilities and relevant documentation to the primary contacts, Jaime Diaz and Andrew G. Jacobs, by September 26, 2024.