NRT Patuxent vessel (S3008) ICCP & Bottom Paint
ID: 1305M225Q0073Type: Combined Synopsis/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 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 essential tasks such as hull inspection, surface preparation, application of epoxy primer and antifouling paint, and installation of impressed current cathodic protection systems, all to be completed within a 90-day performance period. This contract is vital for maintaining the operational integrity of NOAA's maritime assets and ensuring compliance with federal labor 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This solicitation from the National Oceanic and Atmospheric Administration (NOAA) outlines a Request for Quotation (RFQ) for hull repairs and system installations on the NOAA Navigation Response Team – Patuxent vessel (hull number S3008). The required services include lifting and storing the vessel, applying epoxy primer, and installing two impressed current cathodic protection systems. The performance period spans from the award date to 90 days later. The RFQ specifies the government will award a firm fixed price contract based on Lowest Price Technically Acceptable (LPTA) criteria and is set aside for small businesses under NAICS code 336611. It emphasizes the inclusion of government labor standards and requires compliance documentation, including past performance references. Offerors are encouraged to conduct a site visit before the submission deadline of March 10, 2025, with further inquiries directed to specified NOAA representatives. The anticipated award date is March 28, 2025, and contractors must register in the SAM database. This solicitation underscores NOAA's commitment to maintaining its vessels and providing opportunities for small businesses in the federal contracting realm.
    The document outlines the Statement of Work (SOW) for hull repair and bottom paint renewal for the NOAA Navigation Response Team vessel S3008, located in Patuxent, MD. Key tasks include hull inspection, surface preparation, barrier coat and antifouling paint application, and installation of an impressed current cathodic protection system. The contractor must ensure safety and compliance with applicable standards, handle all materials and tools, and complete the work within a specified 90-day timeframe. Inspections will be performed by the NOAA Technical Points of Contact to ensure work quality and adherence to safety protocols. The contractor must also address any unforeseen defects via a Condition Found Report. Overall, this document details essential repair and maintenance requirements crucial for the operational integrity of the vessel, highlighting NOAA's commitment to maintaining its assets efficiently and effectively.
    The Past Performance Information Form outlines requirements for quoters responding to a government solicitation. It emphasizes the need for demonstrable relevant past performance within the last three years, detailing contracts of similar scope, magnitude, and complexity. Quoters must provide a maximum of three references, complete with specifics such as contract number, government agency contact information, descriptions of work, and contract values. New entities lacking prior contracts should reference relevant efforts of key personnel. Additionally, quoters must illustrate their recent experience related to the requested services, accompanied by a detailed project description. The document encourages the disclosure of challenges encountered and corrective actions taken, and it underscores NOAA's authority to validate past performance information through various sources. Overall, it serves as a guideline to ensure that potential contractors can prove their qualifications and reliability via their past work experience in similar federal contracts. This aligns with standard practices in government RFPs to ensure the selection of competent bidders for service contracts.
    The document outlines Wage Determination No. 2015-4281 from the U.S. Department of Labor related to contracts governed by the Service Contract Act, particularly in the District of Columbia, Maryland, and Virginia. It specifies minimum wage rates that contractors must pay, highlighting key rates effective for contracts initiated or renewed after January 30, 2022, in compliance with Executive Orders 14026 and 13658. The document lists a range of occupations categorized with respective wage rates, fringe benefits, and classifications under the Service Contract Act. A significant note is the annual adjustment of applicable wage rates as well as various employee benefits, including health and welfare allowances and paid vacation policies. It also details stipulations related to paid sick leave for federal contractors and provides information on the conformance process for unlisted job classifications under this wage determination. This document serves as a regulatory guide for contractors and ensures compliance with federal wage requirements, supporting the government's commitment to fair labor practices in service contracts.
    The document outlines a Request for Proposal (RFP) for services related to vessel maintenance and installation of cathodic protection systems. Key tasks include lifting, blocking, and storing a vessel, removing a moon pool plug, preparing surfaces for painting, applying epoxy primer and antifouling, and installing two Electroguard EG620A systems. The RFP specifies contracting terms including a firm-fixed-price structure, and compliance with various federal regulations and clauses related to labor standards, telecommunications services, and supply chain security. The contractor is required to adhere to the guidelines set forth in the Federal Acquisition Regulation (FAR), including mandatory wage conditions for workers, representation regarding telecommunications equipment, and overall compliance with federal contracting policies. The solicitation emphasizes the importance of maintaining small business considerations and other socio-economic factors, like status as a service-disabled veteran-owned or women-owned small business. Overall, this RFP facilitates the government's objective of procuring necessary maritime services while ensuring adherence to compliance and regulatory frameworks aimed at fostering diverse business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 (NRB), which are critical for hydrographic surveys and emergency responses. The procurement involves six Hightower Sonar Mount systems and associated components that must be compatible with existing welded mounting plates on the vessels used by Navigation Response Teams. This equipment is essential for maintaining navigational charts and enhancing operational readiness, as the current systems have reached the end of their operational life after ten years of use. Interested small businesses must submit their quotes electronically by March 7, 2025, with an anticipated award date around March 21, 2025. For further inquiries, potential offerors can contact Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.
    Toledo, OH Valve & Intake Inspection & Repair
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the inspection and repair of an intake valve located at the US Army Corps of Engineers property in Toledo, Ohio. The project requires completion within 60 days of award, with the intention to finalize the work in a single day once initiated, and is exclusively set aside for small businesses under NAICS code 561990. This procurement is critical for maintaining water infrastructure and ensuring operational efficiency, with the contract to be awarded based on the Lowest Price Technically Acceptable approach. Interested vendors must submit their quotes by February 28, 2025, and are encouraged to schedule a site visit by February 26, 2025; for further inquiries, they can contact Wendy Culbreth at wendy.culbreth@noaa.gov or call 757-605-1263.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF204 Patrol Boat, with a focus on engaging small businesses for this opportunity. The procurement requires contractors to provide comprehensive services, including structural repairs, ultrasonic testing, hull cleaning, and the removal and reinstallation of critical components such as rudders and propellers, all while adhering to federal safety and environmental regulations. This project is vital for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, with a projected award date of March 28, 2025; for further inquiries, contact Krystle Jones at krystle.jones@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
    Grounds Maintenance Service - Woodford, VA
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for grounds maintenance services at the National Geodetic Survey's Testing & Training Center located in Woodford, Virginia. The procurement involves a firm-fixed price contract for a base year from April 1, 2025, to March 31, 2026, with the option to extend for four additional years, potentially lasting until March 31, 2030. This contract is crucial for maintaining approximately 20 acres of landscaped grounds, ensuring operational efficiency and environmental aesthetics, while adhering to federal labor standards and safety regulations. Interested contractors must submit their quotes by 2:00 PM Eastern on February 26, 2025, and can direct inquiries to Wendy Culbreth at wendy.culbreth@noaa.gov or by phone at 757-605-1263.
    FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the replacement and upgrade of HVAC systems at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project specifically involves the removal of a failed 60-ton Daikin chiller and the installation of a new chiller along with Variable Frequency Drive (VFD) replacements, ensuring compliance with safety regulations and integration into the existing Energy Management System. This procurement is crucial for maintaining operational efficiency and safety at the marine sanctuary, which serves as an important environmental and visitor center. Interested small businesses must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date on or about March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Kongsberg EM2040 Sonar Grooms
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors for the maintenance and repair of Kongsberg EM2040 sonar systems. The procurement aims to ensure the operational efficiency and reliability of these advanced sonar instruments, which are critical for various oceanographic and environmental monitoring applications. Interested parties should note that the primary contact for this opportunity is Stephanie Mas, who can be reached at STEPHANIE.MAS@NOAA.GOV or by phone at 303-578-6768 for further inquiries. This opportunity falls under the NAICS code 811210 and is categorized as a Special Notice, with no specified funding amount or deadline provided in the overview.
    J--Boat Preventative Maintenance and Repair
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    19--Alaska Fisheries Science Center Longline Charter
    Buyer not available
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for chartered vessel services to conduct longline surveys in the Gulf of Alaska, Eastern Bering Sea, and Aleutian Islands Region during the years 2025 and 2026. The primary objective of this procurement is to assess the relative abundance, size composition, and age of key fish species, including sablefish and Pacific cod, while collecting essential biological data through tagging and otolith sampling. This initiative is crucial for sustainable fisheries management and aims to maximize economic returns from the survey catch, reflecting the government's commitment to responsible fishery resource management. Interested contractors must submit their quotations by March 7, 2025, and can direct inquiries to Amanda Rossiter at AMANDA.ROSSITER@NOAA.GOV.
    NOAA NOS NGS Lidar System Maintenance, System Support, and Licensing
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors for the maintenance, system support, and licensing of its Leica Chiroptera-5 topographic/bathymetric lidar system, which is crucial for its Coastal Mapping Program. The procurement aims to secure comprehensive technical support for one year, with the option to renew for four additional years, ensuring rapid response to functional issues and high-resolution data collection in coastal zones. This lidar system is integral for surveying the National Shoreline and supports various applications, including emergency response and coastal change analysis. Interested parties must respond to the Sources Sought Notice by February 24, 2025, at 11:00 am ET, providing details about their capabilities and licensing, with submissions limited to ten pages. For further inquiries, contact Kirstin Bryant at Kirstin.bryant@noaa.gov or Nicole Lawson at Nicole.Lawson@noaa.gov.
    J--Boat Preventative Maintenance and Repairs
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.