FY25 Reuben Lasker Intermediate Dry Docking
ID: 1305M224Q0280AType: Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

FISHING VESSELS (1920)

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 contractors for the FY25 Intermediate Dry Docking of the NOAA Ship Reuben Lasker. The procurement involves comprehensive maintenance and repair services, including underwater inspections, preservation tasks, and compliance with American Bureau of Shipping (ABS) and United States Coast Guard (USCG) standards. This contract is crucial for maintaining the operational integrity of the vessel, ensuring it meets safety and performance regulations essential for NOAA's maritime operations. The solicitation is set aside for small businesses, with a performance period from February 1, 2025, to April 13, 2025. Interested parties should contact Jim Van Natta at jim.vannatta@noaa.gov or Ashley Perry at ashley.perry@noaa.gov for further details.

    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) relating to maintenance and repair services for the government, specifically addressing the requirements for the NORFOLK VA 23510 facility. It outlines various work items necessary for compliance with federal regulations, including routine dry docking, underwater inspections, and preservation tasks, with a specified period of performance from February 1, 2025, to April 13, 2025. Key elements include the anticipated award as a firm-fixed-price contract, details on the solicitation process, and the requirement for bidders to provide pricing schedules and breakdowns for labor and materials. Contractors are instructed to comply with various Federal Acquisition Regulation (FAR) clauses and provide insurance and bonding as prescribed. The document emphasizes the importance of contractor qualifications, including registration in the System for Award Management (SAM) and adherence to small business requirements. Furthermore, it specifies invoicing guidelines and payment methods to ensure efficient financial transactions throughout the contract period. Overall, this RFP serves to solicit competitive bids for essential maintenance services, ensuring compliance and efficiency in government operations.
    This document is an amendment to solicitation 1305M224Q0280 concerning contract modifications for the Reuben Lasker Intermediate Dry Dock project. It details the acknowledgment process for this amendment, including methods of acknowledgment and the implications of non-compliance. The amendment addresses vendor questions regarding specific work items, including inspections and repairs to marine vessels, explicitly clarifying details about the Government-Furnished Material (GFM) requirements, the repair plan references, and surface cleaning percentages. Key changes include the additional FAR clause on fund availability, indicating that the government’s financial responsibility is contingent upon appropriate funding. The specified period of performance for the contract runs from February 1, 2025, to April 13, 2025. The document ensures that vendors have access to necessary specifications and amendments, highlighting the procedural aspects typical in federal RFP processes that require transparency and communication between the government and contractors. This amendment emphasizes the importance of compliance with established guidelines for modifications and funding availability in government contracts.
    This document serves as an amendment to solicitation number 1305M224Q0280, modifying an existing contract/order with specific changes to its terms. It outlines the acknowledgment process for offers, emphasizing the necessity for timely receipt of amendments to avoid rejection. The effective date of performance is established from February 1, 2025, to April 13, 2025. The solicitation has a total small business set-aside, with the amendment correcting errors in the earlier documentation. The subject matter concerns "ORF Base Work Items - Class 3.0," indicating a firm-fixed-price award anticipated. Key administrative details include the contractor's requirements for acknowledgment and the modification's issuance authority as per FAR regulations. The document maintains all previous terms except for the stated modifications, signifying its role in refining the procurement process and ensuring compliance with government contracting guidelines.
    The document outlines the Statement of Work for the FY25 dry dock repairs of the NOAA Ship Reuben Lasker. It details the tasks to be performed during the dry docking process, including inspections, maintenance, and repairs of various parts of the vessel such as the underwater body, hull, sea valves, and propulsion system. Key items listed include routine dry docking, ABS/USCG inspections assistance, preservation of the underwater body, and replacement of hull anodes. Specific requirements, reference documents, and objectives for each task are detailed to ensure compliance with regulations and standards set by the American Bureau of Shipping and United States Coast Guard. The document emphasizes the importance of proper scheduling and coordination to avoid delays and ensure safety throughout the dry docking process. Overall, it serves as a comprehensive guide for contractors to execute maintenance work on the vessel effectively and in accordance with federal standards.
    The document outlines the Statement of Work (SOW) for the FY25 dry dock repairs of the NOAA Ship REUBEN LASKER. It details the necessary inspections, maintenance, and repairs required to ensure the vessel meets American Bureau of Shipping (ABS) and United States Coast Guard (USCG) standards. Key tasks include routine dry docking, underwater body inspections, preservation of the underwater body, replacement of hull anodes, propeller maintenance, and inspections of sea valves and the bow thruster system. Each task includes comprehensive requirements, such as adherence to safety standards, coordination with government officials, and detailed reporting of findings and repairs. The document is structured with specific work item titles, objectives, references to relevant documents, requirements, and quality assurance protocols. The purpose of this SOW is to maintain the operational integrity of the vessel while ensuring compliance with federal standards, thereby reinforcing the government's commitment to maintaining its fleet for effective service.
    The Past Performance Information Form is a standardized document utilized in federal and state/local RFP processes to assess an offeror's prior performance on contracts. Key elements of the form include the name of the offeror, contract identifiers, customer details, total dollar values broken down by annual increments, personnel involved, and period of performance. The form also requires methods for obtaining past performance evaluations, such as CPARS or questionnaires, and includes a detailed description of the work performed to establish its relevance to the current solicitation. Additionally, it necessitates information about subcontractors engaged, their roles, and the financial value of their contributions. This form plays a critical role in evaluating an offeror's capabilities and past success in executing similar projects, thereby guiding decision-making processes during procurement and grant applications.
    The document outlines a Past Performance Questionnaire designed to evaluate contractors based on their performance in federal contracts. It necessitates evaluators to assess the contractor's quality of service, schedule adherence, and management effectiveness through predefined adjectival ratings—ranging from Exceptional to Unsatisfactory. Each category prompts evaluators to mark their assessment based on observations and includes space for additional comments to elaborate on the contractor’s performance. The aim is to gather comprehensive feedback on contractor performance that can inform future decision-making in government procurement processes. Completed assessments must be submitted to a specified email address by a set deadline, ensuring timely collection of critical performance data for the federal agency involved. This systematic evaluation process seeks to enhance accountability and improve the quality of services provided under government contracts.
    The Lake Union Drydock Price Schedule outlines the financial framework for a range of maintenance and inspection services for maritime vessels. The document is structured into base items—including routine dry docking, underwater body inspections, hull anode replacements, and fire inspections—each assigned a specific work item title, quantity, and unit costs, which are currently unspecified. There are also optional items reflecting additional government requirements and growth projections for work beyond the base items, such as post-industrial berthing periods. The schedule addresses various tasks critical for vessel upkeep and compliance, suggesting a focus on maintaining vessel integrity and safety standards. Additionally, it outlines potential growth work, with estimates on labor and material handling fees, emphasizing potential adjustments to contract scope as needed. At its core, the document serves a governmental procurement purpose, detailing the expected costs and services necessary to ensure effective maritime vessel management within federal guidelines. Overall, the framework helps in budgeting and service allocation for maritime drydocking operations while allowing room for additional requests.
    The technical memorandum outlines a long-term repair plan for the stern tube leak of the NOAA Ship REUBEN LASKER. It addresses persistent leaks in the 30” diameter stern tube housing made from 1/2” ABS Grade A steel, referencing previous risk mitigation and non-destructive testing plans. Recommended actions include conducting ultrasonic thickness measurements to assess the repair extent during the next drydocking and detailed guidelines for removing existing materials, cleaning, welding, and coatings necessary for repairs. Emphasis is placed on using ASTM A106 pipe for repair, proper welding techniques, and ensuring surfaces are free from chloride contamination before applying Arcor EE-121 epoxy Novolac coating. The repair strategy aims to prevent further leaks and ensure structural integrity, necessitating thorough preparation and adherence to specified standards during repair execution. This document serves as a crucial resource for ensuring compliance with technical and safety regulations during the repair processes.
    The document outlines critical deliverables required in response to a government Request for Proposal (RFP). It specifies various items that contractors must provide, including an initial production schedule, work package network, total manpower loading curve, and subcontracting list, among others. Most deliverables are due within five days of award notification, necessitating prompt updates as needed. Additional requirements include an insurance certificate, training certificates for sexual assault and harassment, and long lead time materials reports. The final production schedule is expected at the kickoff meeting and requires weekly updates. Key stakeholders involved in the process include the Contracting Officer Representative (COR) and the Contract Specialist, ensuring adherence to governed standards and compliance measures as outlined in various references. This document emphasizes the structured approach needed for successful project initiation and execution within federal contracting guidelines.
    The document serves as the Installation, Operation, and Maintenance Manual for the Alfa Laval Plate Heat Exchanger model M10-FG, designed for use in the Fisheries Survey Vessel (FSV). The manual outlines the essential instructions for the successful installation and operation of the heat exchanger, emphasizing safety and maintenance protocols. Key sections include detailed descriptions of the equipment configuration, installation requirements, operational procedures, and maintenance routines, including cleaning processes and gasket replacement. The manual stresses the importance of adhering to specified parameters concerning material types, media temperatures, and operating pressures to prevent equipment damage and ensure safety. It also highlights the need for regular maintenance to enhance performance and longevity, detailing two cleaning methods—Cleaning-In-Place (CIP) and manual cleaning—while providing guidance on proper handling and storage of parts. This comprehensive guide is crucial for users in ensuring compliance with operational standards, thereby supporting effective fisheries survey operations, environmental safety, and regulatory adherence as part of federal mandates for maritime equipment. The document is an essential resource for personnel responsible for the maintenance and operation of marine survey equipment, reflecting the government's commitment to operational efficiency in fisheries management.
    The document GEK–91694C provides a comprehensive guide for maintenance, operation, and safety procedures for the Model GEB20 Vertical Drilling Motor used in the oil and gas industry. Key sections include ATEX certification requirements, lubrication instructions, electrical safety parameters, and grounding procedures to prevent electric shock. It highlights the importance of routine inspections, cleaning, and proper handling during shipment to ensure optimal performance and safety. The GEB20 motor is noted for its improved power and reliability over previous models, with emphasis on the necessity of periodic maintenance every 25,000 hours, including inspection of stator coils, bus rings, and rotor assemblies. The guide stresses the importance of using certified tools and following specific torque values for assembly and disassembly. Overall, this publication serves as a vital reference for maintaining compliance with federal, state, and local safety regulations, ensuring safe operation in hazardous environments typical of drilling operations. The focus on meticulous maintenance underscores the commitment to promoting health, safety, and functionality within the drilling sector.
    The document details the General Electric (GE) Vertical Drilling Motor Model GEB20, outlining specifications, maintenance, and operational guidelines for effective usage in oil and gas drilling environments. It emphasizes periodic lubrication, grounding procedures, and inspection protocols to ensure safety and performance. Key points include torque values for various components, overhaul recommendations every 25,000 hours, proper cleaning methods, and safety standards compliant with European directives for electrical equipment in explosive atmospheres. The manual provides detailed procedures for rotor assembly and disassembly, emphasizing the importance of using special tools and following specific torque requirements for assembly. The document is intended for internal use by GE employees to facilitate the safe and effective operation and maintenance of the drilling motors, aligning with standards necessary for government contracts and industry compliance. Overall, it aims to enhance reliability and minimize operational risks in hazardous working conditions.
    The document outlines an amendment to solicitation 1305M224Q0280 related to the dry docking and repair of the Reuben Lasker vessel. It serves to clarify vendor questions regarding specifications included in the solicitation, such as preservation protocols and inspection procedures for underwater components. Key areas of concern addressed include the methods for coating applications, specific percentages of surface preparations, and procedures for inspections and repairs, which must be executed in compliance with guidelines provided by NOAA. The period of performance for this contract spans from February 1, 2025, to April 13, 2025. The amendment aims to ensure that contractors understand the scope and expectations for the maintenance tasks, including preparation percentages for coatings and inspection timelines. Overall, the document reflects the meticulous standards of federal contracts and grants, aiming for compliance and efficient execution of vessel maintenance, thereby safeguarding government assets and enhancing vessel performance.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Oscar Dyson FSV Midlife Extension Program
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the Oscar Dyson FSV Midlife Extension Program, aimed at overhauling and upgrading the NOAA Ship Oscar Dyson. The procurement involves extensive maintenance and modernization tasks, including structural repairs, propulsion enhancements, and the installation of new systems such as a Diesel Exhaust Fluid (DEF) tank, with a strong emphasis on compliance with federal standards and environmental regulations. This initiative is crucial for maintaining the operational efficiency and capabilities of NOAA's fisheries survey missions. Interested parties must submit their proposals by September 16, 2024, and can direct inquiries to Shawn Griscom at Shawn.Griscom@noaa.gov or Ashley Perry at ashley.perry@noaa.gov.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    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.
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    DRYDOCK: USCGC KATHLEEN MOORE DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry docking and repair of the USCGC Kathleen Moore (WPC-154) for Fiscal Year 2025. The procurement involves comprehensive maintenance tasks, including inspection and repair of critical components such as hull plating and propulsion systems, with a performance period anticipated from January 14, 2025, to May 13, 2025. This contract is vital for ensuring the operational readiness and safety of Coast Guard vessels, adhering to federal and state guidelines for maintenance and environmental compliance. Interested small businesses must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with further inquiries directed to Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    CGC GEORGE COBB DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified contractors for the dry dock repairs of the USCGC George Cobb (WLM-564) under a total small business set-aside contract. The procurement involves comprehensive ship repair services, including inspections, maintenance, and renewals of critical systems, with a performance period scheduled from December 10, 2024, to February 17, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, reflecting the Coast Guard's commitment to maintaining its fleet in compliance with safety and environmental standards. Interested parties must submit written quotations by September 16, 2024, and direct inquiries to Catherine K. Chan or Diego Avila via email before the deadline.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Rollin Fritch (WPC 1119) anticipated for fiscal year 2025. The project involves comprehensive inspections and repairs of propulsion systems, hull plating, and various machinery components, all to be conducted at the contractor's dry dock facility. This procurement is critical for maintaining the operational readiness of the vessel, with an estimated project duration of 119 days from March 18 to July 15, 2025. Interested parties must submit a letter of interest by September 25, 2024, demonstrating their capabilities and past performance, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    USS SAVANNAH (LCS 28) FY25 Docking Selected Restricted Availability (DSRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources for the FY25 Docking Selected Restricted Availability (DSRA) of the USS SAVANNAH (LCS 28), with a focus on small business capabilities. The procurement aims to identify qualified contractors capable of performing dry-dock and pier-side maintenance, repair, and alterations from September 8, 2025, to September 10, 2026, with a firm-fixed price contract anticipated to be released in October 2024. This opportunity is critical for maintaining the operational readiness of naval vessels, and interested parties must submit their letters of interest by 12 PM Local Time on September 18, 2024, to the designated contacts, including Brian Han and Spencer Bryant, via the specified email addresses.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.