National Oceanic and Atmospheric Administration (NOAA) NOAA Fisheries West Coast Region (WCR) Administrative, Clerical, and Non-Scientific Support Services Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ)
ID: 24-5277Type: Presolicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors to provide administrative, clerical, and non-scientific support services for the National Marine Fisheries Service (NMFS) under a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to ensure efficient operational support across NMFS offices located in Alaska, Hawaii, Washington, Oregon, California, and Idaho, encompassing a range of administrative functions such as management analysis, budget analysis, data processing, and document writing. This contract is crucial for maintaining effective management of operational and administrative functions essential for fulfilling NMFS's mission to conserve marine resources. Interested parties can contact Lindy DeGering at lindsey.degering@noaa.gov or Elliott Waxman at elliott.waxman@noaa.gov for further information, noting that due to budgetary constraints, no solicitation will be issued this fiscal year, and future competition for this requirement has not yet been determined.

    Files
    Title
    Posted
    The Base IDIQ Statement of Work outlines the provision of administrative, clerical, and non-scientific support services for the National Marine Fisheries Service (NMFS) under the National Oceanic and Atmospheric Administration (NOAA). The primary goal is to ensure efficient operation and support across NMFS offices located in Alaska, Hawaii, Washington, Oregon, California, and Idaho. This contract will create a source for various administrative functions, including management analysis, budget analysis, data processing, and document writing. The contractor must provide qualified personnel capable of delivering task-specific administrative support while adhering to non-personal service regulations. Key responsibilities include designating a Project Manager for coordination, ensuring programmatic oversight, and maintaining productivity. Deliverables involve monthly reporting and completing specific tasks as per individual task orders. Labor categories range from Administrative Assistants to Project Managers, each requiring defined educational and experiential qualifications. This work reflects a commitment to support NMFS's mission to conserve marine resources, ensuring effective management of operational and administrative functions essential for fulfilling legal and strategic objectives.
    Similar Opportunities
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Commerce, Department Of
    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.
    Limited Source Justification
    Commerce, Department Of
    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.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    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.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    Justification for an Exception to Fair Oppurtunity
    Commerce, Department Of
    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.
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.
    Steller Sea Lion Artificial Intelligence Image Processing and Counting Enhancement Effort
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole-source contract with Kitware, Inc. for the enhancement of artificial intelligence (AI) image processing and counting methods related to Steller sea lion populations in Alaska. The project aims to refine aerial imagery collection processes by improving existing detection and classification models, which are currently time-consuming and inaccurate, often relying on manual counting methods that can take up to four months. This initiative is crucial for effective conservation efforts, as it seeks to streamline monitoring processes and enhance data analysis capabilities for protected marine species. Interested vendors must submit their affirmative responses, demonstrating their understanding and capability to meet the requirements outlined in the Performance Work Statement, by 3:30 P.M. Pacific Standard Time on August 1, 2025, to Jamie Abu Shakrah at Jamie.AbuShakrah@noaa.gov.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    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.