MOORING LINES FOR THE NOAA SHIP THOMAS JEFFERSON
ID: 1333MK25Q0041Type: Combined Synopsis/Solicitation
AwardedFeb 7, 2025
$12.3K$12,343
AwardeeLIFT-IT MANUFACTURING CO., INC. 1603 W 2ND ST Pomona CA 91766 USA
Award #:1333MK25P0062
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
    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
    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.
    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
    Similar Opportunities
    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.
    20--BUOY,MOORING
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of three mooring buoys (NSN 2050016810554) to be delivered to the Naval Special Warfare Group 8 within 20 days after order placement. This solicitation is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in fulfilling defense-related contracts. The procurement is critical for maritime operations, ensuring that the necessary equipment is available for naval activities. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    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.
    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.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    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.
    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.
    Hydrogen Purchase/Delivery to Miami, FL WFO
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hydrogen gas and cylinder rental services for the National Weather Service (NWS) Miami Weather Forecast Office (WFO). The procurement involves the purchase and delivery of a maximum of 230 full 300 CF hydrogen cylinders annually, with deliveries scheduled every two weeks, starting from January 1, 2026, through December 31, 2026, and includes four optional one-year extensions through December 31, 2030. This hydrogen is essential for various operational needs within the NWS, ensuring the agency can effectively carry out its weather forecasting responsibilities. Interested vendors must submit their quotes electronically by December 15, 2025, at 12:00 PM MST/MDT to Jamie.Rosales@noaa.gov, with the evaluation based on price and technical capability.
    PLUG, SUBMARINE, SHORE POWER WHIP, MIL P/N M24368/5-001
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Maritime - Portsmouth, is seeking quotes for a Cable Assembly (MIL P/N M24368/5-001), specifically a Plug for Submarine Shore Power Whip. This procurement is set aside exclusively for small businesses and requires compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, particularly concerning telecommunications equipment and supply chain security. The selected contractor will be responsible for delivering the specified item by December 19, 2025, with quotes due by December 15, 2025. Interested parties should contact Jannell Moriarty at jannell.moriarty@dla.mil for further details and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    Spiratex Hoses
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of custom extruded reinforced TPU tubing and towed array hoses, primarily from The Spiratex Co., which is currently the sole approved supplier for these items. The procurement includes a total of twelve Contract Line Item Numbers (CLINs) for various types of tubing and hoses, which are critical for naval applications, and delivery is required within 25 weeks to Newport, RI. Interested vendors must submit their quotes by December 19, 2025, at 1400 Eastern time, and should direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525.