J--Sea Ranger II and Ocean Ranger Haul Out, NPS-CHIS
ID: 140P8425Q0009Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

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

    The National Park Service (NPS) is seeking quotations from small business entities for the haul-out and maintenance of two vessels, the Sea Ranger II and Ocean Ranger, located at Channel Islands National Park in Ventura County, California. The procurement involves comprehensive maintenance tasks, including inspection, repairs, and cyclic painting of both vessels, which are essential for supporting research missions and operational readiness. The contract period is set from June 16, 2025, to August 15, 2025, with a total performance timeline of three to eight weeks depending on the vessel, and interested contractors must submit their proposals by May 23, 2025. For further inquiries, potential bidders can contact Rocio Gomez Macias at rocio_gomezmacias@nps.gov or by phone at 415-464-5204.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an RFQ (Request for Quotation) concerning the haul-out service for two vessels, the Sea Ranger II and Ocean Ranger, at Channel Islands National Park in Ventura County, California. The RFQ specifies the required work, divided into two main categories: base line items and option line items, under the contract line item numbers (CLIN) 0001 to 0019. Each CLIN outlines services such as hauling, painting, propeller replacement, and repairs, with specific pricing instructions for both lump-sum and unit-price items. Contractors must provide pricing for all specified services, including additional option items that may be necessary following inspections. The document emphasizes that actual hours for work will be determined after inspections and ongoing assessments. This RFQ reflects the federal government's structured approach to soliciting offers from contractors, ensuring that all proposals meet defined requirements and are fully compliant for project evaluation. The completion of these services is critical for the maintenance and operation of the vessels, aligning with federal procurement standards.
    The National Park Service (NPS) has released a Request for Quotation (RFQ No 140P8425Q0009) for maintenance and repair services for two vessels, the Sea Ranger and the Ocean Ranger, based at Ventura Harbor, California. The contractor is tasked with dry-docking the vessels for inspection, repair, and cyclic painting. The Sea Ranger, a 58-foot fiberglass vessel, and the Ocean Ranger, a larger 100-foot aluminum vessel, each require a series of specified maintenance tasks, including propeller replacement, painting, and various repairs. The government will supply specific materials, such as paint and replacement parts, while the contractor must protect exposed areas from environmental damage during the work period. The scope allows flexibility for additional work as determined by inspections. Work is expected to occur over a period of three weeks for the Sea Ranger and six to eight weeks for the Ocean Ranger, beginning around June 16, 2025. The document outlines detailed tasks and requirements to ensure adherence to standards, emphasizing environmental considerations and safety protocols throughout the project.
    The document outlines the wage determination for federal contracts under the Service Contract Act, specifically applicable to contracts in Ventura County, California, as set by the U.S. Department of Labor. It highlights mandatory minimum wage rates for various occupations in administrative, automotive, health, information technology, and other categories, dictated by Executive Orders 14026 and 13658. The rates differ based on the contract's initiation date and renewal terms, with specifics on fringe benefits such as health and welfare, vacation, and holidays. Additionally, it mandates compliance with paid sick leave provisions under Executive Order 13706 for contracts awarded post-January 1, 2017. The document serves as a guide for contractors to ensure they meet wage and benefit requirements for their workers on federal contracts. It emphasizes the importance of compliance for worker protections and outlines procedures for addressing unlisted job classifications through a conformance process. Overall, the wage determination establishes a framework to protect workers' rights while ensuring fair compensation in federal contracting contexts.
    RFQ No. 140P8425Q0009, Attachment 04 outlines the Offeror Representations and Certifications related to federal procurement processes. It emphasizes the necessity for Offerors to complete certain forms regarding their business structures, such as small or disadvantaged business status, veteran ownership, and compliance with federal regulations including anti-child labor laws and the Buy American Act. The document details definitions of various business types (e.g., small business, women-owned, service-disabled veteran-owned), specifies reporting requirements for compliance with tax and labor laws, and mandates the disclosure of any restricted operations in regions like Sudan. Additionally, it requires Prohibitions on contracting with entities involved in certain activities related to Iran, and outlines ownership structures and responsibilities for Offerors. Moreover, it incorporates checks for representation related to telecommunications equipment restrictions and commitments regarding environmental responsibilities. This document ensures transparency and accountability in federal procurement, aiming to uphold fair practices and encourage participation from diverse businesses while adhering to procurement laws and guidelines.
    The document is a Request for Quotation (RFQ) form aimed at assessing the experience and past performance of a potential contractor. It requires the quoter to provide specific details about relevant projects they have undertaken, showcasing their technical capabilities. Key components of the form include identifying the company name, relevant contract numbers, amounts, project titles, performance dates, the agencies or owners involved, and contact information for references. Additionally, it asks for concise descriptions of the work performed on each project. This structured approach allows the government to evaluate the contractor's suitability based on prior experience and customer satisfaction, thus ensuring quality in upcoming projects related to commercial products and services. The form is critical in the context of government RFPs and grants, as it facilitates informed decision-making while soliciting bids.
    The document outlines the Key Personnel Experience Form as part of RFQ No. 140P8425Q0009, aimed at collecting qualifications and experiences of key personnel for a federal procurement project. Quoters must detail qualifications relevant to the proposed project, including job-related training, certifications, awards, and specialized skills. Information required includes the company name, personnel details (name, job title, and years of experience both with the current firm and others), education level, professional registration specifics, and relevant experience. The form emphasizes that no supporting documents should be submitted, and all information is to be typed or printed legibly. The purpose of this form is integral to ensure that the key personnel involved in the project are properly qualified, aligning with the government's standards for commercial services. This process contributes to fair assessment and selection of contractors based on personnel expertise and qualifications.
    The National Park Service (NPS) requires services for the dry-docking of two vessels, the Sea Ranger and the Ocean Ranger, at Ventura Harbor, California, for inspection, repairs, and cyclic painting. The Sea Ranger is a 58-foot fiberglass boat utilized for coastal research, while the Ocean Ranger is a larger, 100-foot aluminum vessel serving similar functions. The contractor will handle labor and materials, while the Government will provide specific items like paint and replacement parts. The contract includes several maintenance tasks for both vessels, such as haul-out, pressure washing, painting the hull, repairing propellers, and addressing mechanical issues. The project is designed to enhance the vessels’ functionality while adhering to strict environmental protection measures. Work on the Ocean Ranger is expected to take up to eight weeks, while the Sea Ranger II will require about three weeks, with only one boat under repair at any time. The contractor must comply with NPS guidelines during the entire project duration, ensuring quality repairs and maintaining communication with government representatives throughout the process. This RFQ highlights the government's commitment to maintaining its fleet for effective environmental research and monitoring.
    The document pertains to RFQ No. 140P8425Q0009, soliciting bids for the haul-out and maintenance of two vessels, the Sea Ranger II and Ocean Ranger, at the Channel Islands National Park in Ventura County, California. Quoters must submit offers that conform to the solicitation, detailing pricing for both baseline and optional line items related to the vessels' maintenance. The baseline items include tasks such as hauling, painting, propeller replacement, and hull repairs. Additionally, several optional items are available, such as further repairs and mechanical work, for which anticipated hours are provided for evaluation. The proposal requires total pricing for all items listed, with specific attention to error correction in pricing calculations. This RFQ's purpose is to facilitate the procurement process for necessary maintenance services while ensuring compliance with federal standards and capturing detailed costs associated with the services rendered.
    The National Park Service (NPS) requires the dry-docking of two vessels, the Sea Ranger and Ocean Ranger, located in Ventura Harbor, California, for inspection, repair, and cyclic painting through RFQ No. 140P8425Q0009. The Sea Ranger, a 58-foot fiberglass boat, supports research missions, while the Ocean Ranger, a larger 100-foot aluminum crew boat, facilitates transportation during maintenance. The contract tasks the chosen contractor with providing labor, materials, and equipment for various repairs and maintenance, ensuring environmental protection throughout the process. Specific tasks for the Sea Ranger include hauling, painting, propeller replacement, and repairs to the hull and fuel tanks. The Ocean Ranger's tasks mirror these, with added emphasis on engine components. The government will supply certain materials, including paint and gears, while the contractor must adhere to strict compliance and quality guidelines. Work is to be completed separately for each vessel within stipulated timelines, with a total performance period expected to last between three to eight weeks. This document exemplifies the NPS’s commitment to maintaining its vessels for operational readiness, demonstrating transparency in its procurement process for government services.
    The document outlines the Request for Quotation (RFQ) No. 140P8425Q0009 for a project involving the haul-out and maintenance of two vessels—Sea Ranger II and Ocean Ranger—at Channel Islands National Park in Ventura County, CA. Quoters must provide a comprehensive proposal, including both base and additive line items, to ensure acceptance. The document details various contract line item numbers (CLINs) for required services, including hauling, painting, propeller replacements, and various repairs for both vessels. It also lists optional services that may be requested, such as welding and additional mechanical work, with approximated hours for evaluation purposes. The RFQ emphasizes accuracy in pricing and clarifies that discrepancies in calculations will default to unit prices. The overall purpose of this RFQ is to solicit competitive offers for vessel maintenance, aiming to uphold safety and operational readiness in support of national park services.
    The document pertains to an amendment of a solicitation for a project involving the Sea Ranger II and Ocean Ranger Haul Out at Channel Islands National Park, California. Specifically, Amendment 0001 extends the closing date for submissions from May 15, 2025, to May 23, 2025, at 2:00 PM. It solicits quotations exclusively from small business concerns, with any submissions from larger entities deemed nonresponsive. The contracting officer, Rocio Gomez Macias, is responsible for the order, with specified communication protocols for acknowledgment of the amendment and submission of quotes. Detailed instructions for preparing the quotation package, evaluation criteria, and performance timeline from June 16, 2025, to August 15, 2025, are included. This amendment underscores the National Park Service's commitment to engaging small businesses for essential project requirements while ensuring compliance with federal procurement standards.
    The document outlines an amendment (0002) to the solicitation 140P8425Q0009 for the National Park Service (NPS) concerning the Sea Ranger II and Ocean Ranger Haul Out project, located at Channel Islands National Park in California. This amendment includes revised attachments that specify a new line-item option, while emphasizing that only quotations from small business concerns will be accepted. The deadline for acknowledging receipt of the amendment is crucial, as failure to acknowledge may result in the rejection of offers. The contract period is set for June 16, 2025, to August 15, 2025, with Ed Smith designated as the NPS representative for certifying services and Rocio Gomez Macias as the Contracting Officer overseeing the order. The document also specifies submission requirements and evaluation criteria for the quotation packages. Overall, the amendment ensures clarity on the requirements and procedures for potential contractors within the defined timeline.
    The document pertains to Amendment 0003 of Solicitation No. 140P8425Q0009 issued by the National Park Service for the Sea Ranger II and Ocean Ranger Haul Out project located in Channel Islands National Park, California. The amendment includes a revised Statement of Work (SOW), stipulating a maximum haul distance of 50 miles from park headquarters. The solicitation seeks quotations exclusively from small business entities, with non-small business offers deemed nonresponsive. The period of performance for the contract spans from June 16, 2025, to August 15, 2025. Additionally, the document outlines the acknowledgment procedures for received offers, stipulating that changes to submitted offers must be made via letter or electronic communication prior to the specified deadline. Key contact personnel for the project include Ed Smith, the NPS Representative, and Rocio Gomez Macias, the Contracting Officer. The documentation stresses adherence to all conditions and regulations as specified under the Federal Acquisition Regulation (FAR). Overall, this document aims to guide potential contractors in responding to the amendment effectively while ensuring compliance with federal procurement policies.
    The document pertains to the amendment of solicitation number 140P8425Q0009 for the National Park Service (NPS) regarding the Sea Ranger II and Ocean Ranger Haul Out project at Channel Islands National Park. Amendment 0004 corrects earlier inaccuracies in quoted line items and mandates that offerors acknowledge receipt of this amendment prior to the specified deadline to avoid rejection of their offers. The solicitation solicits quotations exclusively from small business concerns, with non-small businesses being deemed nonresponsive. The period of performance for the contract spans from June 16, 2025, to August 15, 2025, and details regarding the required documentation, including various solicitation attachments and evaluation criteria, are provided. The contracting officer, Rocio Gomez Macias, is the primary contact responsible for this solicitation. This amendment emphasizes compliance with federal guidelines and the importance of maintaining competitive opportunities for small businesses in government contracting, reflecting broader procurement objectives within the federal landscape.
    The document outlines a Request for Quotation (RFQ) for maintenance and repair services for the Sea Ranger II and Ocean Ranger vessels, managed by the National Park Service (NPS) at the Channel Islands National Park. Responses are invited exclusively from small business entities, emphasizing compliance with applicable federal regulations and requirements. The RFQ specifies the need for completion of various forms, including pricing sheets, documentation of relevant experience, key personnel qualifications, and a proposed schedule for project execution. The procurement aims for a period of performance from June 16, 2025, to August 15, 2025, with itemized services under specific product codes related to maintenance and repair. The selected contractor must adhere to established contracting clauses, insurance requirements, and electronic invoicing procedures. Contact information for the contracting officer and performance assessment details are also provided. This solicitation illustrates the government's approach to involving small businesses in fulfilling public service requirements while maintaining regulatory standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J--CYCLIC MAINTENANCE OF THE MOTOR VESSEL FORT JEFFER
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotations for the cyclic maintenance of the Motor Vessel Fort Jefferson, a critical supply ship servicing Dry Tortugas National Park. The procurement aims to secure a Firm-Fixed Price Contract for essential maintenance services, including vessel inspection, repair of running gear, hull cleaning, and upkeep of living quarters, all while adhering to safety protocols and quality standards. This maintenance is vital for ensuring the operational functionality and safety of the vessel, which plays a key role in supporting park operations. Interested contractors must have an active System for Award Management (SAM) registration and submit their quotes by June 19, 2025, following a site visit on June 6, 2025. For further inquiries, contact William Vazquez at WilliamVazquez@nps.gov or call 470-819-0934.
    19--32' RESEARCH VESSEL (ALUMINUM LANDING CRAFT) AK
    Buyer not available
    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking proposals for the procurement of a 32-foot aluminum landing craft research vessel intended for use in Glacier Bay National Park, Alaska. The vessel must adhere to U.S. Coast Guard regulations and include specific features such as a walk-around cabin, advanced electrical and navigation systems, and safety equipment, with a total delivery deadline set for 720 days post-award. This procurement is crucial for enhancing research capabilities and operational efficiency within national parks, ensuring compliance with safety and functional standards. Interested small businesses must submit their quotations electronically by June 16, 2025, with inquiries accepted until May 23, 2025; for further details, vendors can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
    SUPPLY, PROCUREMENT OF 25-FOOT VESSEL, OUTBOARD EN
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotes for the procurement of a 24 to 27-foot vessel, an outboard engine, and a trailer specifically for use at Biscayne National Park. The requirements include a robust fiberglass boat designed for daily maintenance operations, featuring an unsinkable self-bailing hull, heavy-duty rubrail, and a minimum five-year warranty, along with a preferred Mercury Marine 400 V10 AMS VERADO engine and essential safety equipment. This procurement is part of a Total Small Business Set-Aside under NAICS code 336612, emphasizing the importance of enhancing operational capacity in managing park resources while fostering small business participation. Quotes are due by 04:00 PM EST on June 19, 2025, with questions accepted until June 13, 2025; interested vendors should contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959 for further information.
    GLCA REPAIR BOAT DRIVES
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors to provide maintenance and repair services for boat drives at the Glen Canyon National Recreation Area. The procurement aims to ensure the proper functioning of marine equipment, with a performance period scheduled from July 1 to August 29, 2025, and a total small business set-aside to encourage participation from small businesses, including those owned by service-disabled veterans and economically disadvantaged women. Interested contractors must demonstrate prior experience and technical capability in their quotes, which are due by June 30, 2025, and should be submitted via email to the contracting officer, Donald Tremble, at donaldtremble@nps.gov. Compliance with federal regulations and registration in the System for Award Management (SAM) is required for all participants.
    J--HAULOUT OF THE R/V KIYI
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Geological Survey (USGS), is seeking proposals for the haulout, inspection, maintenance, and repair of the Research Vessel Kiyi, which is home ported in Ashland, Wisconsin. This procurement, categorized as a Total Small Business Set-Aside under NAICS Code 336611, requires contractors to perform a range of tasks including hull inspections, machinery overhauls, and compliance with safety and environmental regulations during the vessel's scheduled maintenance period from October 1, 2025, to May 1, 2026. The R/V Kiyi plays a crucial role in fisheries research in the Great Lakes, and maintaining its operational integrity is essential for ongoing scientific efforts. Interested vendors must submit their proposals via email to the designated contracting officer, Mary (Beth) Wilson, by the specified deadline, with the contract award following the Federal Acquisition Regulations for commercial item procurements.
    Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks - 2nd Posting
    Buyer not available
    The National Park Service (NPS) is seeking proposals for a 10-year concession contract to provide Passenger Ferry Service to the South Core Banks and Shackleford Banks, along with land transportation on the South Core Banks. This opportunity aims to enhance visitor access and experience in these protected areas, which are significant for their natural beauty and recreational offerings. Interested parties must submit their proposals, including a signed transmittal letter, by July 16, 2025, at 3:00 p.m. Eastern Daylight Time, with a site visit scheduled for February 13, 2025, and questions due by February 21, 2025. For further details, potential bidders can contact Bill Stevens at billgstevens@nps.gov or William Gordon at williamgordon@nps.gov.
    INVASIVE PLANT CONTROL for Mississippi and Louisia
    Buyer not available
    The National Park Service (NPS) is seeking proposals for invasive plant control services across four parks in Mississippi and Louisiana, specifically Gulf Islands National Seashore, Jean Lafitte National Historical Park, Natchez Trace Parkway, and Vicksburg National Military Park. The contractor will be responsible for controlling specified invasive species, including Chinese tallow and kudzu, while also conducting data collection and reporting, with a focus on achieving at least a 95% success rate in preventing regrowth. This initiative is crucial for preserving the ecological integrity of national parks and combating the environmental threats posed by invasive species. Interested vendors must submit their quotations by June 16, 2025, and the contract is expected to run from October 3, 2025, to October 2, 2026. For further inquiries, contact Celinda Hicks at celindahicks@nps.gov.
    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.
    J--Salem Maritime National Historic Site Central Whar
    Buyer not available
    The National Park Service, under the Department of the Interior, is soliciting proposals for the repair and maintenance of the Central Wharf Dock at the Salem Maritime National Historic Site in Massachusetts. The project aims to enhance safety and functionality through structural repairs, cleaning, and recoating of the dock, with a focus on preserving historical integrity while ensuring public access during construction. This initiative is crucial for maintaining one of Salem's key waterfront facilities, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit their proposals by June 27, 2025, and can direct inquiries to Samuel McKenzie at samuelmckenzie@nps.gov.
    Y--LAKE 254108 Calville Bay Barge Relocation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge within the Lake Mead National Recreation Area. This project aims to enhance water access and infrastructure by constructing a moored breakwater, upgrading electrical systems, and implementing a UV treatment system to address contamination challenges. The estimated construction cost ranges from $5 million to $10 million, with a performance timeline of 580 calendar days post-award. Interested contractors must submit sealed proposals by June 23, 2025, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.