Oscar Dyson FSV Midlife Extension Program
ID: 1305M224R0081Type: Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

TRANSPORT VESSELS, PASSENGER AND TROOP (1910)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting proposals for the Oscar Dyson Fisheries Survey Vessel's Midlife Extension Program. This federal contract focuses on extensive maintenance and upgrades to the vessel, including structural repairs, propulsion system repowering, and enhancements to electrical systems, all aimed at ensuring operational efficiency and compliance with safety standards. The project is critical for maintaining the vessel's capabilities in fisheries surveys and oceanographic research, with a total estimated cost of approximately $1.071 million. Interested contractors should contact Shawn Griscom at Shawn.Griscom@noaa.gov or 757-302-7783 for further details and to request reference documents, with the contract performance period extending until April 2027.

    Files
    Title
    Posted
    The document outlines solicitation number 1305M224R0081 for a Request for Proposal (RFP) concerning the NOAA Oscar Dyson Fisheries Survey Vessel's midlife extension program. It is a firm-fixed-price contract aimed at shipbuilding and repairs and includes 91 base work items and additional requirements for growth work. The contractor is to furnish personnel, materials, and services per detailed specifications, under the governing regulations of the Federal Acquisition Regulation (FAR) and the National Oceanic and Atmospheric Administration (NOAA) guidelines. Key elements include instructions for offer submission, evaluation factors for award, contract clauses, performance expectations, and compliance with safety and insurance regulations. The contract administration specifies roles, responses to late submissions, and invoicing procedures. The project necessitates coordination with designated government representatives and adherence to stipulated performance timelines, which extend until April 2027. The document emphasizes not just the operational details but also the health, safety, and legal compliance standards required throughout the project, showcasing the government's diligence in ensuring quality acquisition processes.
    The document outlines the work specifications for the NOAA Ship Oscar Dyson Fisheries Survey Vessel's Midlife Extension Program (MEP). The project focuses on various maintenance and upgrades, including structural repairs, propulsion system repowering, electrical systems enhancement, and replacement of critical components like the trawl gallows and mast. Key tasks are categorized into sections including hull modifications, propulsion adjustments, and outfitting, with detailed descriptions of each task and corresponding page references. Specific requirements detail the materials, procedures, and safety standards to be adhered to, ensuring compliance with regulations set by the American Bureau of Shipping (ABS) and other governing bodies. The scope emphasizes the importance of maintaining structural integrity, operational efficiency, and safety during the modification and repair processes. This document serves as a comprehensive guide for contractors engaged in the refurbishment of the ship, highlighting the meticulous standards and expectations integral to federal maritime operations.
    The document outlines a comprehensive price schedule associated with the TORFP 0000001305M223QNMAN000501 for a federal project aimed at marine repairs and upgrades. It details various categories such as Hull, Propulsion, Electrical, Mission, Auxiliaries, Outfitting/Preservation/Furnishing, Engineering/Integration, and Support/Services, each containing specific work items with associated units, quantities, and costs, all marked at $0.00 for base work items. The section for optional work items enumerates additional repairs and enhancements that could be undertaken, including miscellaneous steel repairs and interior renovations. The document also includes sections on growth work estimates, indicating the potential for future services and additional requests (AIRs) that may arise as the project evolves, with labor rates and material markup specified. Overall, the purpose of the document is to provide a structured proposal for essential marine vessel maintenance and upgrades while allowing flexibility for additional work as needs arise, thereby ensuring operational readiness and compliance with government standards. The total estimated cost accumulates to $1.071 million, indicating the project's scope and financial commitment.
    The past performance proposal for the NOAA Ship Oscar Dyson FSV Midlife Extension Program outlines the requirements for offerors to provide past performance information (PPI) relevant to the solicitation. Offerors must identify and detail no more than five contracts from the last five years that are similar to the requested services. Each entry must include comprehensive contract specifics, such as contract number, customer agency, ship details, financial values at award, performance periods, contract types, and the nature of services provided. Additionally, the document permits multiple listings for tasks under Multiple Award contracts, emphasizing the need to isolate relevant PPI for distinct vessels or task orders, capped at three entries. This structured approach ensures a thorough evaluation of offerors’ previous work relevant to the midlife extension program, which is critical for determining capability and reliability in fulfilling government contracts.
    The Past Performance Questionnaire serves as a tool for evaluating a contractor’s performance based on a reference contract. It requires the evaluator to assess the contractor in three key areas: Quality of Service, Schedule, and Management. Each area uses a rating scale ranging from "Exceptional" to "Unsatisfactory," with definitions provided for clarity. Evaluators are prompted to provide comments that support their ratings, offering insight into the contractor’s adherence to requirements, timeliness, and overall effectiveness in problem solving and coordination. A completed questionnaire must be submitted to a designated contact by the specified deadline. This document is crucial in the context of federal government RFPs and grants, emphasizing accountability and performance measurement to ensure contractors meet government standards and expectations. Such evaluations guide future contract decisions and foster continuous improvement in service delivery.
    The NOAA Eastern Acquisition Division outlines the Additional Item Requirements (AIR) Process for the NOAA Ship Oscar Dyson FSV Midlife Extension Program. This document establishes guidelines for managing AIRs throughout the contract's performance period, addressing exceptions on a case-by-case basis. The process begins with the Contractor submitting a Condition Found Report (CFR) to the Contracting Officer's Representative (COR), who then acknowledges receipt and determines if an AIR is necessary. If an AIR is needed, the COR communicates this internally to the Contracting team, which then issues a Request for Pricing (RFP) to the Contractor. The Contractor is tasked with providing a quotation within three days, including impacts on the production schedule and possible alternatives to maintain the project timeline. After Contracting reviews the quote, negotiations may follow before the Contracting Officer issues a Notice to Proceed (NTP). Once the NTP is distributed, the AIR becomes part of the contract, with the option for consolidated modifications to minimize contract changes. This structured approach aims to ensure that all additional requirements are effectively documented and integrated into existing contracts, facilitating successful project execution and compliance with federal guidelines.
    The document is a Payment Bond Form for contracts other than construction, designed for federal use in compliance with the Federal Acquisition Regulation (FAR). It establishes the obligations of a Principal (contractor) and Surety(ies) to guarantee payment to claimants for labor and materials used in contract performance. The bond remains valid if the Principal fails to make timely payments to claimants, with a direct right of action against both the Principal and Surety(ies) for unpaid dues occurring within specific timelines. Key provisions include the requirement for written notice by claimants, stipulations regarding the limit of liability, and execution guidelines for corporate or individual Sureties. The form serves to protect the government's interests in ensuring that all parties involved in a contract are compensated appropriately, thereby supporting the integrity of government contracts and grants. Additionally, the document outlines specific procedural requirements for bonding, such as the necessity for corporate seals and identification of the Sureties involved. Overall, this Payment Bond Form is crucial for safeguarding financial responsibility in federal procurement processes.
    This document outlines the requirements for a Performance Bond associated with federal government contracts, specifically for contracts other than construction. The bond serves to ensure that the Principal (contractor) fulfills all contractual obligations, including any modifications, under the terms agreed upon with the Government. Key provisions indicate that the bond becomes void if the Principal successfully meets all terms without defaulting during the contract's base and optional terms. It includes sections for detailing the Principal's and Surety(ies) names, business addresses, contract numbers, and other pertinent information. Instructions specify the completion process, including who must sign and how corporate seals should be affixed. The document emphasizes compliance with the Department of the Treasury's approval for sureties and clarifies that additional information may be requested to verify financial capabilities. Overall, this performance bond ensures security for the Government against principal non-performance in various contractual agreements.
    The U.S. Department of Commerce's Individual Subcontracting Plan template focuses on supporting small and disadvantaged businesses in federal contracting. It aligns with the Federal Acquisition Regulation's requirements and emphasizes the development of subcontracting goals for various socio-economic categories, such as Small Business (SB), Small Disadvantaged Business (SDB), and Women-Owned Small Business (WOSB). Offerors must complete several sections, including proposed subcontracting goals, cost proposals, descriptions of planned subcontracted services, and methods for identifying potential sources for solicitations. The document outlines processes for monitoring and reporting on subcontracting activities and emphasizes maintaining comprehensive records and a good faith effort to meet outlined goals. Additionally, it mandates equitable opportunity for small businesses to compete for subcontracts and compliance with applicable clauses. The collection and submission of subcontracting reports through the Electronic Subcontracting Reporting System are emphasized, along with clear communication and timely payment procedures for subcontractors. Overall, the template serves as a structured guide for contractors to foster small business participation in federal contracts while ensuring compliance with regulatory requirements.
    The NOAA Ship OSCAR DYSON MEP document outlines specific contract definitions and work requirements for a repair contractor. The scope details the contractor's responsibilities for modifying and repairing the vessel to meet regulatory standards and maintain classification. Key sections address welding processes, removal and installation of equipment, handling interferences, and safety requirements. The contractor must ensure all work is documented and complies with guidelines from the American Bureau of Shipping and safety regulations. General requirements stipulate the protection of vessel systems during repairs, adherence to quality assurance protocols, and a detailed approach to inspections and material specifications. Work requirements emphasize the assessment of vessel condition, proper disposal of fluids, and maintaining fire and watertight integrity during contract performance. Completion of work mandates thorough checks before final acceptance by the government. The document serves as a comprehensive guide for contractors, ensuring high standards in marine vessel repair and compliance with federal regulations, reflecting a commitment to safety and operational efficiency.
    The NOAA Standard Specifications document outlines procedural and technical requirements for the maintenance and repair of NOAA ships, specifically the OSCAR DYSON. Key sections include guidelines for conducting CHECK POINT inspections, drydocking, ABS Load Line Surveys, and the overhaul of electrical machinery. Each specification details responsibilities, notification protocols for inspections, and processes for verifying the condition and functional integrity of components such as propulsion shafts and circuit breakers. Contractors are required to provide labor and materials, conduct inspections, submit reports to the NOAA representatives, and ensure compliance with established standards during all aspects of repair and maintenance. This documentation serves as a comprehensive framework to ensure the safety, reliability, and operational efficiency of NOAA vessels, reflecting the government's commitment to effective marine operations through structured oversight and technical compliance. Overall, it supports the broader objectives of government RFPs and grants by establishing criteria for competitive sourcing and resource allocation in maritime-related projects.
    The document provides a comprehensive list of technical manuals, ship system documents, and commercial equipment references used in maritime operations. It includes a catalogue of various ship technical manuals such as emergency diesel models, HVAC systems, fire detection systems, and various machinery control systems. Additionally, it outlines ship-specific references related to the OSCAR DYSON vessel, detailing hydraulic and saltwater systems, hull gauging reports, and paint schemes. It also catalogs commercial equipment references from various vendors, covering air systems, plumbing fittings, and winch systems. This structured compilation serves as a crucial resource for government agencies and contractors involved in maritime operations, ensuring compliance with technical standards and facilitating effective maintenance and operation of naval equipment and systems. The document's purpose aligns with federal and state RFPs, providing essential information for those bidding on or managing maritime projects.
    The document outlines guidelines for the application of plastic pipes on ships, adopted by the International Maritime Organization in 1993. It emphasizes the increasing interest in using non-steel materials in marine piping systems and identifies necessary acceptance criteria, design, and installation requirements to ensure vessel safety. The guidelines cover material design properties, fire endurance requirements, and quality control measures during manufacturing. They specify tests for fire endurance, flame spread, smoke generation, and toxicity to assess material safety. The rules encourage the development of national standards and facilitate the adaptation of emerging technologies. Particular focus is placed on ensuring that materials withstand operational conditions, environmental impacts, and potential fire hazards. The document serves as a pivotal reference for maritime administrations when considering the integration of plastic piping in ship design while stressing compliance with existing regulations like SOLAS. It intends to promote safety in maritime operations by providing a structured approach to assessing and approving plastic piping materials.
    The document provides a comprehensive list of technical drawings relevant to a government Request for Proposal (RFP) related to vessel construction or modification. It details various drawing titles and their corresponding numbers, categorized into two sections: referenced drawings and newly introduced drawings. Each entry highlights specific components, systems, or modifications such as HVAC assemblies, piping systems, fire suppression systems, and structural arrangements, crucial for the construction and operational integrity of marine vessels. The document underscores the importance of precise specifications in the RFP process, ensuring that all submissions are compliant with established design requirements and operational specifications. This organized presentation of drawings supports transparency and facilitates effective collaboration among contractors and government entities, thereby enhancing project delivery in line with regulatory standards and operational needs.
    The document outlines a comprehensive list of Government Furnished Material (GFM) for the NOAA Ship OSCAR DYSON under the Marine Engineering Project (MEP). It details a variety of equipment necessary for operational and maintenance purposes, including radar systems, pumps, cooling skids, and various structural components like joiner panels and assorted furnishings for crew accommodation. Key work items identified include replacements and upgrades to critical systems such as antennas, refrigeration units, and wastewater management systems. Additional items specified relate to navigation, mechanical control, and amenities for crew welfare, ensuring the ship operates effectively and safely in its missions. Overall, the file serves as a reference for procurement and logistical planning, supporting the maintenance and enhancement of the ship’s operational capabilities within the framework of federal contracting and grants.
    The document outlines the technical specifications for the modernization of the propulsion system aboard the NOAA Ship OSCAR DYSON as part of its Midlife Extension Program. It seeks a Single Source Vendor (SSV) to design and supply a Low Voltage Direct Current (LVDC) propulsion system, which must meet specific operational and environmental criteria. The documentation details the requirements for the propulsion plant, which includes the construction and integration of diesel generator sets, noise performance specifications, and the electric propulsion system. Key components include an integrated electric generating system composed of three identical AC diesel generator sets capable of operating in parallel, a requirement for a robust power management system, and compliance with environmental regulations established by the ABS. It emphasizes the need for redundancy to ensure continuous operation and highlights specifications for noise and vibration control of the propulsion motors and generators. The purpose of this initiative is to ensure the vessel's operational reliability and compliance with modern environmental standards while extending the lifespan of the ship's propulsion capabilities. This reflects NOAA’s objective to enhance the effectiveness of its vessels dedicated to fisheries surveys and related oceanographic research activities.
    This document outlines a comprehensive list of deliverables required for a government solicitation, focusing on the submission of proposals and subsequent contract performance. Key deliverables include various representations and certifications as mandated by the Federal Acquisition Regulation (FAR), necessary qualifications for key personnel, insurance obligations, and production schedules. It emphasizes the need for detailed reports and documentation at specified checkpoints throughout the contract duration, including technical manuals, revised drawings, and training certification. Furthermore, it specifies timelines for submissions, with some items due prior to contract commencement and others following contract award. Training requirements and safety test protocols are also highlighted, underscoring the importance of compliance in operational readiness and risk management. This document is essential for contracting officers and bidders, ensuring adherence to federal regulations and successful bid preparation within the context of government RFPs, grants, and local solicitations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Request for Information: CHARTERED VESSEL TO CONDUCT LONGLINE SURVEY IN THE EASTERN BERING SEA, THE ALEUTIAN ISLANDS REGION, AND THE GULF OF ALASKA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is conducting a Request for Information (RFI) for the charter of a vessel to perform longline surveys targeting sablefish and other groundfish in the Eastern Bering Sea, Aleutian Islands Region, and Gulf of Alaska. The primary objectives of this procurement include assessing fish abundance, tagging species for migration studies, and collecting biological data to support effective fisheries management. This initiative is crucial for enhancing the understanding of groundfish resources, which are vital for sustainable fisheries practices. Interested vendors are encouraged to submit their capabilities statements by September 23, 2024, to Contracting Officer Crystina Jubie at Crystina.R.Jubie@noaa.gov, and may also participate in a virtual industry day scheduled for the week of September 30, 2024.
    Consulting services for chemometric model building, experimental testing, and analytical services from FT-NIR spectra of fish otoliths
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking consulting services for chemometric model building, experimental testing, and analytical services related to FT-NIR spectra of fish otoliths. The primary objective is to develop predictive models for fish age and sex from various species' otoliths, as well as to conduct experiments to understand the effectiveness of these models and the impact of damaged otoliths on predictions. This work is crucial for enhancing the efficiency of fish ageing processes, which support stock assessments for fishery management. Interested parties may contact Shawana Randolph at shawana.randolph@noaa.gov, with the contract expected to run from October 1, 2024, to March 31, 2026. This procurement is intended to be negotiated on a sole-source basis with Eigenvector Research, Inc., due to their unique qualifications and prior investments in training and software compatibility.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    Synopsis - USNS YUKON ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking proposals for the regular overhaul and dry docking of the USNS YUKON (T-AO 202). The contract will require the contractor to prepare for and accomplish the specified work in accordance with the work item package, with the anticipated performance period set from November 4, 2024, to January 17, 2025, at the contractor's facility located within the continental United States (CONUS). This procurement is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in supporting naval operations. Interested parties can access the solicitation, expected to be released around September 2, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module, and should direct any inquiries to Marcin Krauze at marcin.krauze.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    Operation and Maintenance of five (5) T-AGOS Ocean Surveillance Vessels, and one (1) T-AGM Range Instrumentation Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the operation and maintenance of five T-AGOS Ocean Surveillance Vessels and one T-AGM Range Instrumentation Vessel. The procurement aims to ensure the effective functioning and upkeep of these vessels, which play a critical role in maritime surveillance and range instrumentation operations. This opportunity is set aside for small businesses, with the solicitation currently available on the Procurement Integrated Enterprise Environment (PIEE) platform, and the closing date for proposals has been extended to October 9, 2024, at 3:00 PM. Interested parties can reach out to Delicia Carswell at delicia.o.carswell.civ@us.navy.mil or Khalia Dixon at khalia.n.dixon.civ@us.navy.mil for further inquiries.
    Dock-side (DS): USCGC HEALY FY25 Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to perform dockside repairs on the USCGC HEALY for fiscal year 2025. The project entails comprehensive maintenance and inspection tasks, including critical repairs and structural upgrades, scheduled to take place from January 6, 2025, to May 8, 2025, at the cutter's home port in Seattle, Washington. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in Coast Guard missions. Interested small businesses must submit their quotes by October 17, 2024, at 3:30 PM Pacific Time, and can direct inquiries to primary contacts Robin B. Kloeppel or Andrew G. Jacobs via the provided email addresses.
    FY25-FY35 Floating Dry Dock (AFDM 10) Lease Extension Modification
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, intends to solicit a sole source lease extension modification for the Auxiliary Floating Dry Dock Medium (AFDM 10) under contract N00024-05-L-4405. This lease extension is aimed at continuing maintenance support for the dry dock, which is critical for Chief of Naval Operations (CNO) surface ship availabilities. The solicitation will be issued to Vigor Marine LLC, located in Seattle, Washington, and is intended solely for informational purposes, as the government does not plan to accept competitive proposals at this time. Interested parties may express their interest and capabilities to the primary contact, Brian Romano, at brian.c.romano.civ@us.navy.mil, or the secondary contact, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil.
    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.
    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.