Annual Haul-out FKNMS Vessel Hawksbill
ID: 141014-24-0082Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, 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 Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting proposals for the annual haul-out and maintenance of the Florida Keys National Marine Sanctuary vessel, Hawksbill. The project requires the contractor to transport the vessel to their facility within 100 miles of Key Largo, Florida, and perform a series of maintenance tasks from November 1, 2024, to February 28, 2025, including cleaning, repairs, and safety equipment servicing. This maintenance is crucial for ensuring the vessel's operational integrity and compliance with environmental and safety standards. Interested small businesses must submit their proposals by September 9, 2024, and can direct inquiries to Tia Palmer at tia.palmer@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a set of federal and state/local Requests for Proposals (RFPs) and grants targeting various initiatives related to infrastructure, environmental assessments, and technological upgrades. It emphasizes the importance of adherence to safety standards, regulatory compliance, and the integration of advanced systems in project designs. The key topics include the planned upgrades to existing facilities, thorough assessments of hazardous materials, mechanisms for health risk mitigation, and innovative approaches to enhance operational efficiencies. The overarching purpose is to encourage stakeholders to submit proposals that deliver effective solutions in line with government objectives, demonstrating a commitment to modernization while prioritizing public health and safety. This comprehensive approach aims to support the continued sustainability and resilience of community infrastructure and services.
    The document focuses on federal and state initiatives regarding requests for proposals (RFPs) and grants aimed at infrastructure and community development projects. It outlines various funding opportunities for local governments and organizations, detailing the requirements for submission and potential areas of focus, including housing, community services, and environmental sustainability. The document emphasizes the importance of aligning proposals with federal priorities, such as economic recovery and social equity. Key points include the necessity for detailed project descriptions, clear budgeting, and a demonstration of community impact, which are essential for securing federal and state funding. The document also highlights the significance of collaboration among local stakeholders and adherence to compliance standards. Moreover, the structure is methodical, guiding readers through the stages of preparing proposals, noting deadlines, and specifying evaluation criteria. This resource serves as a foundational tool for those seeking funding, aiming to elevate community projects through structured support and strategic implementation aligned with governmental goals.
    The document outlines guidelines for a site visit related to a federal contract solicitation, emphasizing the importance for offerors to inspect the worksite and understand local conditions that may impact contract performance. It specifies that attendance at the site visit is strongly encouraged and that failure to inspect will not justify claims after contract award. The site visit is scheduled at a designated location in Key Largo, FL, with additional security requirements due to heightened security concerns. Offerors are directed to submit questions in writing within three days post-visit, with responses provided in a public amendment. It stresses that all terms and conditions remain unchanged unless officially amended, and that it is the offeror's responsibility to clarify any ambiguities before quoting. The document also includes a provision for submitting inquiries regarding the solicitation, indicating that such questions should be submitted within four days of issuance, with answers released in an amendment. Overall, the document serves to guide potential contractors in preparing for their proposals while ensuring clarity in the solicitation process.
    The Statement of Work for the Florida Keys National Marine Sanctuary outlines the requirements for the annual maintenance of the vessel Hawksbill, registered as R3605. The project involves transporting the vessel to a contractor's facility within 100 miles of Key Largo, Florida, from November 1, 2024, to February 28, 2025. The contractor is responsible for all labor, materials, and safety measures, as well as coordinating access for NOAA personnel. Key tasks include hauling out and cleaning the vessel, replacing underwater zinc anodes, applying PropSpeed, renewing the bottom coating, updating emergency signaling kits, repairing bent handrails, servicing fire-fighting equipment, and performing maintenance on the engine and generator. Additionally, IT security requirements state that the contractor will not access government systems. The contractor must comply with regulatory standards, and any deviations in work must be approved in writing. The document emphasizes the need for qualified personnel, rigorous safety protocols, and thorough inspection and documentation throughout the process, ensuring the vessel's operational integrity and compliance with environmental and safety standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    150hp Four Stroke Outboard Engines Amendment 0001
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp four-stroke outboard engines for the R/V GBN1 vessel. The solicitation, identified as number 1333MJ24Q0042, requires compliance with U.S. regulations, including the Buy American Act, and emphasizes specific technical requirements such as a fly-by-wire system and hydraulic steering. This procurement is crucial for maintaining NOAA's marine operations, ensuring that the vessel is equipped with reliable and efficient engines. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Darrin Moore at darrin.moore@noaa.gov.
    150hp Four Stroke Outboard Engines
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp Four Stroke Outboard Engines. The primary objective of this solicitation, numbered 1333MJ24Q0042, is to acquire these engines with specific technical and shipping requirements, including a delivery deadline of November 30, 2024, to Miami, Florida. These outboard engines are crucial for NOAA's operational capabilities, supporting various marine and environmental missions. Interested small businesses must submit their offers, ensuring compliance with the Buy American Act and other federal regulations, with all submissions due by the specified deadline. For further inquiries, potential bidders can contact Darrin Moore at darrin.moore@noaa.gov.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    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.
    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.
    Atlantic Oceanographic and Meteorological Laboratory (AOML), Electrical Upgrade Project
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Electrical Upgrade Project at the Atlantic Oceanographic and Meteorological Laboratory (AOML) located in Key Biscayne, Florida. The project aims to replace aging electrical components, including transformers and panelboards, to enhance safety and operational efficiency, while ensuring compliance with applicable codes and environmental regulations. This total small business set-aside contract, with a budget ranging from $1 million to $5 million, requires contractors to provide all necessary labor, materials, and equipment, and to complete the work within 365 days. Interested parties must submit their proposals by September 25, 2024, and can direct inquiries to Heidi Washburn at heidi.washburn@noaa.gov or Jerrod Schleis at jerrod.schleis@noaa.gov.
    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.
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    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 drydocking and repair of the USCGC Kathleen Moore (WPC-154) during Fiscal Year 2025. The procurement involves a comprehensive scope of work that includes inspection and repair of critical vessel components, adherence to safety and environmental standards, and the development of a Preservation Plan for coating systems. This contract is vital for maintaining the operational readiness and integrity of the Coast Guard fleet, ensuring compliance with federal regulations throughout the repair process. Interested parties, particularly small businesses, must submit their proposals by the specified deadlines, with the anticipated period of performance running from January 14, 2025, to May 13, 2025. For further inquiries, contractors can contact Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    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.