VESSEL CHARTER AND SUPPORT SERVICES FOR DEPLOYMENT AND RETRIEVAL OF VIDEO ARRAYS eDNA SAMPLING AND SIDESCAN MAPPING
ID: 25-367Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Support Activities for Water Transportation (488390)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide vessel charter and support services for the deployment and retrieval of video arrays, environmental DNA (eDNA) sampling, and sidescan mapping in the Gulf of Mexico. The procurement involves chartering a US Coast Guard inspected vessel equipped for 24-hour operations over a period of 10 consecutive days, with options for operational dates in July/August 2025 or April/May 2026. This initiative is crucial for generating indices of reef fish abundance and mapping marine habitats, thereby contributing to effective marine resource management and scientific research. Interested parties must submit their quotes by 4:00 PM EST on June 24, 2025, to Heather Mahle at heather.mahle@noaa.gov, and are encouraged to review the attached Statement of Work and past performance questionnaire for detailed requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for a charter vessel and crew to support the National Oceanic and Atmospheric Administration (NOAA) Fisheries in conducting marine surveys in the Gulf of America. The objective includes generating indices of reef fish abundance and characterizing habitat using sidescan sonar and video arrays. The contractor must provide a USCG inspected vessel with specific operational capabilities, including 24-hour operations, necessary safety equipment, and accommodations for NOAA scientists. The scope includes a 10-day charter period with options for different operational dates, and detailed minimum requirements for the vessel and crew expertise are specified. The contractor is responsible for all operating expenses, while NOAA will provide scientific sampling equipment. The solicitation mandates adherence to federal regulations concerning safety and equipment. Additionally, confidentiality and data privacy clauses, as well as provisions regarding ownership of deliverables, are included. This procurement is part of a broader effort within government contracts to bolster small business participation, specifically targeting women-owned and disadvantaged business entities under current guidelines.
    This document outlines a solicitation for a Women-Owned Small Business (WOSB) contract for the National Oceanic and Atmospheric Administration (NOAA) concerning marine survey operations. The primary objective is to conduct a cross-shelf trap and camera survey to generate indices of reef fish abundance and map marine habitats in the Northeast Gulf of Mexico. The contract requires chartering a vessel equipped for 24-hour operations for 10 consecutive days, with specific vessel requirements such as US Coast Guard inspection, sufficient deck space, safety equipment, and crew proficiency. The scope includes deploying video cameras and retrieving fish traps during designated operational shifts, with strict safety protocols enforced by the Captain and government personnel. The document details deliverables, performance measures, operating procedures, and ensures compliance with FAR clauses emphasizing environmental and logistical concerns. Additionally, confidentiality, data privacy, and intellectual property rights are highlighted, reinforcing the government’s ownership of all deliverables. This RFP showcases the government's commitment to leveraging small businesses and ensuring comprehensive marine resource management through scientific research.
    The document outlines a contract proposal for a marine sampling project in a designated area defined by specific geographic coordinates, extending to a depth of 200 meters. Daylight operations will involve performing approximately 200-250 camera sampling at various locations marked in red on a provided map, although weather conditions may alter the exact points sampled. Nighttime activities will focus on sidescan mapping, with 3 to 5 mapping grids completed each night, contingent upon the vessel's location after daylight operations. The sampling locations highlighted in orange are also subject to change based on operational conditions. This proposal indicates a systematic approach to collect data for environmental monitoring and assessment, emphasizing flexibility in execution due to variable weather conditions.
    The Past Performance Questionnaire is a critical document for contractors engaged in government contracts, designed to assess their performance. Contractors must complete initial blocks with their details and contract information before sending the form to a designated Client Reference for evaluation. The Client Reference assesses the contractor's performance across various dimensions, such as quality, schedule adherence, cost control, and overall customer satisfaction. Ratings range from "Exceeds" to "Unsatisfactory," providing a comprehensive evaluation of the contractor's capabilities. The structure enables systematic documentation of the contract's context, emphasizing its relevance to current projects. It highlights the need for accurate completion and the government’s right to verify the information submitted. This assessment is essential in the procurement process, ensuring that only qualified firms are contracted for future projects. Overall, the document serves as a tool for gauging contractor reliability and effectiveness, which is crucial in the competitive landscape of federal and local government contracts.
    Similar Opportunities
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 120-day special time charter of a U.S. flagged, Jones Act qualified vessel to support operations at the Naval Surface Warfare Center Panama City Division. The vessel will be utilized for various at-sea operations, including the deployment and recovery of mines, towing vehicles, and housing data acquisition equipment, with specific requirements for operational capabilities such as a minimum transit speed of 20 knots and a 12-foot maximum draft. This procurement is critical for ensuring effective support of naval operations, and interested contractors must comply with various FAR and DFARS clauses, including labor standards and wage determinations. Proposals are due by the specified deadline, and for further inquiries, interested parties can contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    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.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has issued a Notice of Intent to Sole Source for Shoreline Mapping Support services. This procurement involves modifications to existing contracts to increase the maximum ordering value of the National Geodetic Survey's multiple-award indefinite delivery/indefinite quantity (IDIQ) contracts for Architect-Engineer Shoreline Mapping Services. These services are crucial for the accurate mapping and management of shoreline areas, which play a significant role in environmental monitoring and coastal management efforts. Interested parties can reach out to Michael J. Williams at Michael.J.Williams@noaa.gov or (757) 441-3434, or Nicole Lawson at Nicole.Lawson@noaa.gov or (757) 441-6879 for further details.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.