MOORING LINES FOR THE NOAA SHIP THOMAS JEFFERSON
ID: 1333MK25Q0041Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills (314994)

PSC

RIGGING AND RIGGING GEAR (2020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 10:00 PM UTC
Description

The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the procurement of five (5) Cortland Plasma 12 Strand mooring lines for the NOAA Ship Thomas Jefferson. The required mooring lines must meet specific technical specifications, including a serviceable length of 250 feet, spliced eyes, chafe protection, and towing capabilities, to ensure operational safety and reliability for maritime operations. This acquisition is critical due to the deterioration of existing lines, which have become inadequate for safe operations. Interested small businesses must submit their quotes electronically by January 30, 2025, including essential documentation such as updated SAM registration and a detailed cost breakdown, to Alexander Cancela at alexander.cancela@noaa.gov.

Point(s) of Contact
CANCELA, ALEXANDER
ALEXANDER.CANCELA@NOAA.GOV
Files
Title
Posted
Jan 21, 2025, 9:12 PM UTC
The document pertains to a Request for Quotation (RFQ) for the acquisition of five (5) Cortland Plasma 12 Strand mooring lines with specific characteristics. It emphasizes that this procurement is a firm-fixed-price contract set aside entirely for small businesses under the North American Industry Classification System (NAICS) code 314994. Interested offerors are instructed to submit their bids electronically by January 30, 2025, and must include essential documentation, such as updated SAM registration and a detailed cost breakdown. The RFQ outlines criteria for evaluation, which include vendor authorization, delivery capabilities, and pricing. Additionally, it stipulates compliance with Federal Acquisition Regulations and encourages vendors to highlight their capabilities in fulfilling the requirements outlined in the solicitation. The emphasis is placed on ensuring that all submissions align with the government’s terms and conditions, rejecting bids that fail to meet these standards. The document articulates the government's commitment to value procurement while supporting small business participation and ensuring transparency in the acquisition process.
Jan 21, 2025, 9:12 PM UTC
The purpose of this Request for Proposal (RFP) is to acquire new mooring lines for the NOAA research vessel, the Thomas Jefferson, due to the deterioration and incompatibility of the current lines. The existing lines have suffered damage from environmental exposure and mechanical issues, rendering them inadequate for operational safety. The technical specifications outline the need for five mooring lines, each 250 feet long, with specific dimensions and features, including spliced eyes, chafe protection, and towing capabilities. The document specifies desired materials, including Cortland Plasma or equivalent, detailing strength and performance requirements. Deliveries are to be made to the provided address in Norfolk, Virginia. The RFP underscores the importance of reliable mooring equipment for the NOAA's maritime operations and safety standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Mooring and Towing Lines, Wire Rope, Slings, Pendants and Fittings
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking proposals for the procurement of mooring and towing lines, wire rope, slings, pendants, and fittings to support fleet readiness for MSC assets worldwide. This solicitation, identified as N3220525R2263, requires contractors to deliver complete mooring line assemblies that adhere to military and maritime standards, with a focus on compliance and timely delivery. The contract will be structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement, emphasizing competitive pricing through a Lowest-Priced Technically Acceptable (LPTA) evaluation process, with a guaranteed minimum order of $3,500 for each awardee. Interested small businesses must submit their quotes electronically by May 9, 2025, and can reach out to primary contact Samantha T. Frederick at samantha.t.frederick.civ@us.navy.mil or secondary contact Alvinia R. Jenkins at alvinia.r.jenkins.civ@us.navy.mil for further inquiries.
PROVIDE BUTTERFLYVALVE TO THE HENRY BIGELOW
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes from qualified small businesses for the procurement of a Crane Flowseal 10-1LA-833TB-30J butterfly valve for the NOAA Ship Henry Bigelow. This acquisition is critical for maintaining the ship's operational integrity, as the valve is required to replace a failed outlet valve for the main seawater strainer. The contract will be awarded based on best value, considering factors such as availability, vendor authorization, and price, with a firm fixed price structure. Interested vendors must submit their quotes via email to Alexander Cancela by April 28, 2025, and ensure compliance with all specified requirements, including proof of authorized dealer status and registration in the SAM database.
M--Provide Moorage in Kodiak, AK for the NOAA Ship Ra
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting quotes for husbandry services for the NOAA Ship Rainier during its port call in Kodiak, Alaska, from May 1 to October 30, 2025. The procurement includes essential services such as moorage, line handling, garbage disposal, potable water supply, sewage management, fueling capabilities, and optional services like bilge water removal and tug assistance. This opportunity is significant for supporting NOAA's marine operations and ensuring logistical efficiency during hydrographic surveys in Alaska's coastal waters. Interested vendors must submit their quotes electronically by April 23, 2025, and direct any inquiries to Christopher Baker at christopher.baker@noaa.gov.
NOAA: ROTRONIC Humidity Probes and Cables for National Weather Service (NWS)
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide fifty Rotronic humidity probes and associated cables for the National Data Buoy Center (NDBC) located at Stennis Space Center, Mississippi. This procurement aims to replace aging or damaged probes, ensuring the collection of accurate meteorological data critical for public safety and effective forecasting. The contract will be awarded based on the best value to the government, with a firm-fixed price structure and a focus on compliance with federal acquisition regulations. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes electronically, adhering to the specified deadlines and requirements outlined in the solicitation documents. For further inquiries, contact Nikki Radford at NIKKI.RADFORD@NOAA.GOV or Steven Prado at STEVEN.M.PRADO@NOAA.GOV.
CTD EP Cable
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply a 0.322” CTD EP Cable, measuring 10,000 meters in length, for the Coast Guard Cutter Healy. This procurement is essential following the failure of the NR1 Ocean Winch cable during testing, which necessitates a replacement to ensure the vessel's operational capability for scientific missions. The delivery of the cable is required by September 10, 2025, and must be sent to the specified address in Seattle, Washington. Interested parties should direct inquiries to LTJG Igor Guerrero at Igor.Guerrero@uscg.mil or by phone at 206-661-3986, or to Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429.
J--Replace Main Motor Heat Exchangers on NOAA Ship PI
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to replace the main motor heat exchangers on the NOAA Ship Pisces. This procurement involves the removal and installation of heat exchangers, ensuring compliance with safety and operational standards, and requires contractors to manage all labor, materials, and rigging necessary for the project. The successful contractor will be evaluated based on their technical approach, past performance, and pricing, with a firm fixed-price contract expected to be awarded by April 30, 2025. Interested parties must submit their quotations via email to Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV, ensuring they acknowledge any amendments and provide all required documentation by the specified deadline.
Mooring Components
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
NORTEK AQUADOPP PROFILER FOR NOAA CENTER FOR OPERATIONAL OCEANOGRAPHIC PRODUCTS AND SERVICES (CO-OPS) OFFICE
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Nortek USA Inc. for the procurement of Nortek Aquadopp Profilers to support high-latitude oceanographic sensor deployments as part of the Department of Defense’s Arctic Edge 2025 exercise near Anchorage, Alaska. The Aquadopp Profiler 2 Z-Cell 600 kHz is uniquely suited for this mission due to its zero-blank distance capability, which allows for accurate current measurements in challenging Arctic environments, and its compatibility with existing NOAA operational infrastructure. Interested parties who believe they can meet the government's requirements may submit documentation to the primary contact, Michelle Walton, at michelle.walton@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.
Harpoon Cable Assemblies
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the procurement of Harpoon Cable Assemblies, specifically focusing on non-recurring engineering services and the production of various cable assemblies for naval applications. The contract includes the design, certification, and testing of umbilical cables for international naval clients, with a total of up to 48 cables to be produced for different submarine classes, including Type-209, Romeo, and S-80. This initiative is critical for ensuring the operational readiness and quality of essential naval equipment, supporting Foreign Military Sales and international defense collaboration. Interested contractors must submit their quotes electronically by May 29, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil for further information.