FY25 NOAA ShiP Henry Bigelow OWS Parts
ID: 1333MK25Q0061Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Oil and Gas Field Machinery and Equipment Manufacturing (333132)

PSC

MISCELLANEOUS SPECIAL INDUSTRY MACHINERY (3695)

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 quotes for essential replacement parts for the Oily Water Separator (OWS) system aboard the NOAA Ship Henry B. Bigelow. The procurement is a total small business set-aside, with an estimated value of approximately $22,000, and includes critical components such as operating slides, inlet pipes, and solenoid valves, which are necessary to maintain the operational efficiency of the ship's systems. Timely delivery of these parts is crucial to ensure compliance with the ship's operational schedule, as delays could directly impact its ability to sail. Interested vendors must submit their quotes electronically by March 7, 2025, and ensure their registrations in the System for Award Management (SAM) are current; for further inquiries, contact James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV or 757-317-0567.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a justification for an exception to the fair opportunity requirement for a procurement related to the NOAA Ship Henry Bigelow, specifically for replacement parts of the Oily Water Separator (OWS) in the ship's engine room. The NOAA Acquisition and Grants Office has identified the urgent need for these specific parts, estimating the total cost at approximately $22,000, including shipping. The requested items include various components critical for the functioning of the OWS, which is classified as a "critical system" under OMAO policy. The rationale for the procurement cites regulatory compliance and the necessity of using brand-specific parts to ensure safe and proper operation of the OWS. The contracting officer indicates that delays in maintenance or part failures directly affect the ship's ability to sail, underscoring the urgency of the order. This exception aligns with FAR regulations due to the unique specifications required for the components and the specialized nature of the providers, Alfa Laval and GEA, who can deliver timely replacements.
    This purchase requisition outlines the need for government-furnished material (GFM) for the Oily Water Separator system on the NOAA Ship Henry B. Bigelow. The requisition specifies the replacement parts required to maintain the system's operational efficiency, detailing the manufacturer, part numbers, and quantities needed. The requested items include operating slides, inlet pipes, flat belts, bowl disks, solenoid valves, and low-pressure hoses, all meeting the manufacturer's specifications. The urgency of the requisition is emphasized by the request for timely delivery to ensure compliance with the ship’s operational schedule. The delivery address is provided for shipment to the Chief Engineer at the NOAA Ship Henry B. Bigelow in Newport, RI. This document serves as a formal request consistent with federal procurement procedures, emphasizing the importance of maintaining vital equipment for the ship's functionality.
    The National Oceanic and Atmospheric Administration (NOAA) is issuing a Request for Quote (RFQ) for brand name replacement parts for the oily water separator system aboard the NOAA Ship Henry B. Bigelow. The solicitation is a small business set-aside, valued at firm-fixed prices, encouraging participation from small businesses. The parts required include various items such as operating slides, inlet pipes, and solenoid valves, with detailed specifications outlined in the Statement of Work. Quotes must be submitted electronically by March 7, 2025, by 1200 hours EST, with delivery required by June 30, 2025. Offerors must ensure their registrations in the System for Award Management (SAM) are up-to-date and complete all required representations and certifications. The evaluation criteria focus on the capability, availability, and price of the proposed items, with careful attention paid to compliance with current federal regulations regarding telecommunications and supply chain security. This RFQ not only aims to acquire essential replacement components but also to support small business participation and compliance with federal procurement standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    The NOAA Ship Henry Bigelow requires a service con
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking a certified contractor to perform a drive end shaft seal ring replacement and realignment for the No4 generator on the NOAA Ship Henry Bigelow. The contractor will be responsible for providing all necessary labor, materials, and services to ensure compliance with manufacturer specifications, with the work scheduled to take place at Naval Station Newport, Rhode Island, from February to May 2025. This maintenance task is critical for maintaining the operational integrity of the vessel, which plays a vital role in NOAA's mission. Interested small businesses must submit their quotes by March 10, 2025, and can contact James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV or 757-317-0567 for further details.
    20--Universal Sonar Mount (USM) system replacement for
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to procure replacement Universal Sonar Mount (USM) systems for its Navigation Response Branch, which are critical for conducting hydrographic surveys and responding to emergencies. The procurement involves six Hightower Sonar Mount systems and related components that must be compatible with existing equipment on NOAA vessels, as the current systems have reached the end of their operational life after ten years of use. This acquisition is essential for maintaining navigational charts and enhancing operational readiness, with a total small business set-aside to encourage participation from small enterprises. Interested vendors must submit their quotes electronically by March 7, 2025, with an anticipated award date around March 21, 2025; for further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    J--NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel S3008, located in Patuxent, MD. The procurement includes tasks such as lifting and storing the vessel, applying epoxy primer, and installing two impressed current cathodic protection systems, with a performance period of 90 days from the award date. This contract is crucial for maintaining the operational integrity of NOAA's maritime assets, ensuring compliance with safety and quality standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    PROVIDE MACERATOR TO THE NOAA SHIP RONALD BROWN
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals from qualified small businesses for the procurement of a high-capacity food waste macerator for the NOAA vessel Ronald H. Brown. This equipment is essential for the efficient disposal of food waste at sea, ensuring compliance with MARPOL standards, and must meet specific technical requirements, including a 5.5 kW electrical power supply and an acid-proof stainless steel construction suitable for marine environments. The contract is a firm-fixed-price agreement, with a submission deadline for proposals set for March 17, 2025, and inquiries must be submitted in writing by March 12, 2025. Interested vendors should contact Alexander Cancela at ALEXANDER.CANCELA@NOAA.GOV for further details and to ensure compliance with all submission requirements.
    Snap-On or Equal Flightline Tool Kits
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotes from small businesses for the acquisition of two Snap-On, Part ATKMFLB Master Flightline or Hangar Kits, which are critical for maintenance operations on Gulf Stream Aircraft G-550. The procurement aims to ensure operational readiness by providing specialized maintenance equipment necessary for the upkeep of these aircraft. Vendors are required to submit detailed specifications and confirm their agreement with the terms of the combined synopsis/solicitation (RFQ 1305M225Q0072), with a deadline for submissions set for March 5, 2025. The government intends to award a firm-fixed-price contract based on the Lowest Price Technically Acceptable (LPTA) evaluation method, and interested parties can reach out to Wendy Culbreth at wendy.culbreth@noaa.gov or call 757-605-1263 for further inquiries.
    Two Replacement Copeland semi-hermetic refrigeration compressors for NMFS in Newport, Oregon
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses to supply and install two Copeland semi-hermetic refrigeration compressors for the National Marine Fisheries Service (NMFS) in Newport, Oregon. The procurement includes full delivery and installation services, with a completion deadline set for May 30, 2025, and emphasizes the need for compatibility with existing chiller units while adhering to safety and operational standards. This equipment is crucial for maintaining the operational efficiency of the Fisheries Behavioral Ecology Program, and only proposals from registered small businesses under NAICS code 238220 will be considered. Interested vendors must submit their written quotes by February 18, 2025, and can direct inquiries to Jason Jenks at jason.jenks@noaa.gov.
    Bow Thruster Nozzle Refurbishment
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for the refurbishment of eight Bow Thruster Nozzles, along with the fabrication of additional parts, including sixteen C-shaped and eight V-shaped belt covers. The refurbishment is necessary due to degradation caused by saltwater and environmental exposure, aiming to extend the service life of the thruster nozzles by 10-20 years through a comprehensive process of cleaning, inspecting, and repairing damaged fiberglass structures, followed by repainting. This procurement is critical for maintaining operational readiness and safety protocols for the U.S. Navy's equipment. Interested contractors must submit their quotations via email by March 6, 2025, and are required to register in the System for Award Management (SAM). For further inquiries, contact Jason Pelle at jason.a.pelle.civ@us.navy.mil.
    Oil and Grease Extractor
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking proposals from small businesses for the procurement of an Oil and Grease Extractor, essential for compliance with environmental regulations at the Portsmouth Naval Shipyard. The project involves replacing an obsolete unit used for monthly dry dock testing under the Code 106 NPDES program, including the provision of installation, calibration, and user training, along with a 12-month warranty for parts and labor. This procurement underscores the importance of reliable equipment in maintaining operational standards and environmental compliance. Interested contractors must submit their quotes by March 9, 2025, at 3:00 PM EST, via email, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Robert Dowdle at robert.dowdle@dla.mil.
    J--FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to replace HVAC Chiller 2 and associated Variable Frequency Drives (VFDs) at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project involves the removal of a failed 60-ton Daikin chiller and its replacement with a new unit, along with updates to the VFD for an HVAC pump, all to be completed within 90 days of contract award. This procurement is critical for maintaining safe and efficient operations at the marine sanctuary, ensuring compliance with federal safety and performance standards. Interested contractors must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date around March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    USNS GUADALUPE PROPELLER MAINTENANCE PARTS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is soliciting quotes for maintenance parts for the USNS Guadalupe, specifically focusing on fabricated metal products under NAICS code 332999. The procurement includes a range of items such as installation kits, seals, o-rings, and various hardware components, detailed across ten Contract Line Item Numbers (CLINs), which are essential for maintaining military maritime operations. Interested vendors must submit their quotes via email by March 11, 2025, with a delivery deadline for the required parts set for April 17, 2025, to a designated location in San Diego, CA. For further inquiries, potential bidders can contact Christopher Johns or Christopher Ward via the provided email addresses.