Marine Services to Support the Maintenance of the National Data Buoy Center Ocean Observation System of Systems
ID: REQUIREMENTS-24-4918Type: Presolicitation
Overview

Buyer

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

NAICS

Deep Sea Freight Transportation (483111)

PSC

TRANSPORT VESSELS, PASSENGER AND TROOP (1910)

Set Aside

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

    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking marine services to support the maintenance of the National Data Buoy Center's (NDBC) Ocean Observation System. This procurement aims to secure multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for the deployment, servicing, and repair of ocean observing stations across various marine environments, including the Atlantic Ocean, Caribbean Sea, Gulf of Mexico, and Pacific Ocean. The services are critical for maintaining the DART network, WxOP Network, and TAO buoys, which play a vital role in tsunami warning and ocean climate studies. The total contract value is approximately $49.99 million over five years, with an anticipated award date around October 2025. Interested parties should contact Kari Webler at kari.webler@noaa.gov and ensure they are registered with SAM to participate in this Total Small Business Set-Aside opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Buyer not available
    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.
    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.
    SeaSpace TeraScan Software Maintenance Subscription Renewals for Fleet Numerical Meteorology and Oceanography Center (FNMOC)
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, is seeking proposals for the renewal of the SeaSpace TeraScan Software Maintenance Subscription for the Fleet Numerical Meteorology and Oceanography Center (FNMOC). This renewal is critical for maintaining the Navy's Environmental Satellite Receiver Program (ESRP), which processes and displays meteorological satellite data essential for global atmospheric and oceanographic analysis in support of military operations. The contract, identified by RFQ number N0060426Q4000, requires delivery of the software maintenance subscription by December 1, 2025, and is set for a twelve-month period extending through November 30, 2026. Interested vendors must contact Troy Wong at 808-473-7532 or via email at troy.r.wong2.civ@us.navy.mil for further details and to ensure compliance with the necessary registration in the System for Award Management (SAM).
    Floating Plant Vessel Repair IDIQ MATOC-PreSolicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to issue a presolicitation for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Preventative Maintenance and Vessel Repair Services. This contract, which is a total small business set-aside, aims to streamline the procurement process for rapid repair and maintenance of the Norfolk District Floating Plant, which plays a critical role in ensuring safe navigation in federal channels and waterways. The contract will cover a range of services including underwater hull repairs, propulsion system maintenance, and other essential repairs, with a minimum guarantee task order amount of $2,500. Interested contractors must be registered in the DoD System for Award Management (SAM) and are encouraged to monitor SAM.gov for the anticipated Request for Proposal, expected around October 2025. For inquiries, potential offerors can contact Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at stormie.b.wicks@usace.army.mil.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.
    Limited Source Justification
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to justify a limited source procurement for IT and telecom service delivery support services. This opportunity involves the provision of essential IT service management, operations center support, and project management labor, as outlined in the Limited Source Justification document. Such services are critical for maintaining NOAA's operational efficiency and ensuring the effective delivery of its technological capabilities. Interested parties can reach out to Brianna Quinn at brianna.quinn@noaa.gov or 303-497-7207, or Hillary Stansfield at hillary.stansfield@noaa.gov or 720-712-8608 for further information regarding this procurement.
    Data Acquisition and Retrieval System (DARTS)
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a sole source contract for the Data Acquisition and Retrieval System (DARTS) technology to General Dynamics Mission Systems, Inc. (GDMS). This contract aims to provide ongoing support for the collection and analysis of Submarine Non-Propulsion Electronic System (NPES) data, essential for test and evaluation reporting, system performance, and technology integration efforts. The contractor will be responsible for maintaining and tailoring DARTS, integrating various products, and ensuring compliance with security and environmental regulations, with an anticipated performance period requiring 314,020 man-hours over five years. Interested parties may submit capability statements to Kaitlin McGuire at kaitlin.m.mcguire2.civ@us.navy.mil, with further details expected to be released in early December 2025.
    Justification for an Exception to Fair Oppurtunity
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking justification for an exception to fair opportunity for an order exceeding the simplified acquisition threshold. This procurement involves general science and technology research and development services, which are critical for advancing NOAA's mission in environmental monitoring and research. The opportunity is based in Silver Spring, Maryland, and interested parties can reach out to Sarah Corey at sarah.corey@noaa.gov or Darrin S Moore at Darrin.Moore@noaa.gov for further details. Additional information can be found in the attached document.
    TRANSIT THE ST LAWRENCE SEAWAY AND WELLAND CANAL
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking a qualified port agent to facilitate the transit of the NOAA Ship Thomas Jefferson through the St. Lawrence Seaway and Welland Canal from March 1, 2026, to October 31, 2026. The selected contractor will be responsible for providing English-speaking pilotage, coordinating pilot transfers, managing lock operations, and handling all associated fees and documentation for both upbound and downbound transits. This procurement is crucial 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 at ALEXANDER.CANCELA@NOAA.GOV, and are encouraged to submit any questions in writing by November 24, 2025, at 9:00 a.m. ET.