Replace sponsons on 15 foot RHIB
ID: 1333MK25Q0057Type: Solicitation
Overview

Buyer

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

NAICS

Boat Building (336612)

PSC

INSTALLATION OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (N019)

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 qualified contractors to replace the sponsons on a 15-foot rigid-hulled inflatable boat (RHIB). The project involves supplying and installing new sponson components, including a replacement tube and adhesive materials, with a completion timeline of six weeks from the contract award. This procurement is crucial for maintaining the operational readiness of NOAA vessels, ensuring they remain fully functional for their missions. Interested small businesses must submit their quotes by April 7, 2025, and can direct inquiries to Ryan E. Stevenson at RYAN.STEVENSON@NOAA.GOV.

    Point(s) of Contact
    STEVENSON, RYAN E.
    RYAN.STEVENSON@NOAA.GOV
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) No. 1333MK25Q0057 from the NOAA Marine Operations Center – Atlantic for the supply and installation of new sponsons for a 15-foot RHIB. It indicates that the solicitation is part of an unrestricted, total small business set-aside, employing the NAICS code 336612. The RFQ specifies requirements for components, including a replacement tube and accessories, to be delivered to the Marine Operations Center in Norfolk, VA, no later than April 7, 2025. Offerors must provide detailed pricing, including materials, labor, and any additional costs, along with a written agreement to terms set forth in the RFQ. Evaluation criteria focus on price, capability, and availability, with a firm-fixed-price contract awarded based on best value. Additionally, all submissions must include compliance with relevant contracts, laws, and insurance proof when applicable. This RFQ serves as a formal solicitation to obtain competitive quotes for necessary equipment and services to maintain NOAA's operational capabilities effectively.
    The Statement of Work (SOW) from the Marine Operations Center – Atlantic details the requirements for replacing the sponson on a 15-foot Polaris RHIB boat. The purpose is to supply and install new sponson components, with work to be completed within six weeks of contract award. Key supplies include a new tube, adhesive materials, and a repair kit, with specific conditions outlined, such as the type of Hypalon material and flexibility in color choices. The document specifies the responsibilities of NOAA MOC-A, which include preparing the boat for repair and ensuring all previous components are removed. The contractor must transport the boat to an offsite facility for repairs and return it afterwards. The Contracting Officer and designated Technical Point of Contact will oversee communications and changes related to the contract. Overall, the project aims to ensure a fully functional and sound RHIB ready for operational use, emphasizing the importance of precision and adherence to warranty assurances for both equipment and installation. This SOW is part of federal processes to maintain the operational readiness of NOAA vessels.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    20--RFP for Class B Uncrewed Maritime Systems
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of Class B Uncrewed Maritime Systems. The objective of this solicitation is to acquire advanced maritime systems that will enhance NOAA's capabilities in marine research and environmental monitoring. These systems are crucial for conducting various oceanographic studies and ensuring effective management of marine resources. Interested vendors should direct their inquiries to Andrew Northcutt at ANDREW.NORTHCUTT@NOAA.GOV for further details regarding the submission process and deadlines.
    NOAA SHIP HASSLER MULTIPLE BOOM SERVICE
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide multiple boom services for the NOAA Ship Ferdinand R. Hassler during its operations in New Castle, New Hampshire, from March 1, 2025, to February 28, 2026. The contractor will be responsible for managing up to five fueling events, requiring the deployment of 300 feet of boom to ensure environmental protection during the offloading of waste oil. This procurement is critical for maintaining compliance with environmental safety standards during marine operations, and it is set aside for small businesses under NAICS code 488310, with a size standard of $47 million. Interested vendors must submit their quotations electronically by February 13, 2025, and provide necessary documentation, including SAM registration details and itemized costs, to Alexander Cancela at alexander.cancela@noaa.gov.
    Propulsion and Bow Thruster Control System Upgrades, Steering System Upgrades and DP system checks for R/V Isabella Rose
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking a contractor for the propulsion and bow thruster control system upgrades, steering system enhancements, and dynamic positioning (DP) system checks for the R/V Isabella Rose. The procurement involves replacing the existing Propulsion Control System (PCS) and Bow Thruster Control System (BTC) with new Siemens S7-1200 hardware, ensuring compatibility with the current Beier Integrated Vessel Control System (IVCS). These upgrades are critical for maintaining operational integrity and preventing failures that could impact data collection vital for U.S. fisheries management. The estimated cost for these services is $52,294, with a completion timeframe of 10 weeks post-award. Interested parties should contact Kurt Weilbaecher at kurt.weilbaecher@noaa.gov or call 504-232-8459 for further details.
    NOAA SHIP FAIRWEATHER NOME, ALASKA HUSBANDRY SERVI
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide husbandry services for the NOAA Ship Fairweather during its planned visits to the Port of Nome, Alaska, from June to December 2025. The procurement includes essential services such as securing moorage, line handling, garbage disposal, potable water supply, and fuel delivery, with the possibility of additional optional services like sewage disposal and tug support. These services are critical for supporting NOAA's hydrographic survey operations in Alaskan waters, ensuring efficient logistical support during the ship's port calls. Interested vendors must submit their proposals by February 21, 2025, and direct inquiries to Alexander Cancela at ALEXANDER.CANCELA@NOAA.GOV, adhering to the guidelines outlined in the Request for Proposal (RFP).
    NOAA BRASS VALVES
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the procurement of four 3” B62 Bronze Globe Valves, ASME Class 150, with full Monel trim, intended for use on the NOAA Ship Bell Shimada. The valves must meet specific requirements, including the provision of hydrostatic test certificates, and are to be delivered to the NOAA Marine Operations Center in Newport, Oregon, within 60 days after receipt of order. This procurement is critical for maintaining the operational integrity of NOAA's maritime operations, emphasizing the importance of quality and compliance with federal standards. Interested small businesses must submit their quotes electronically by February 7, 2025, with an anticipated award date around February 18, 2025; inquiries can be directed to James Pritchard at James.Pritchard@noaa.gov or by phone at 208-827-1265.
    47 FT Motor Lifeboat 47290
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the maintenance and repair of the 47 FT Motor Lifeboat 47290 at Station Cape Disappointment in Ilwaco, Washington. The contractor will be responsible for general labor, equipment, and facilities to haul out the vessel, pressure wash the hull, remove and renew the port and starboard engines, and descale the engine coolant system, with work expected to commence within 10 days of contract acceptance and completed within 21 working days. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard's marine assets. Interested vendors must submit their quotes via email to SKC Bryan Duffey by February 19, 2025, at 3:00 PM Eastern, referencing solicitation number 52000PR250002324, and must comply with all applicable Federal Acquisition Regulations.
    Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard (USCG), is seeking proposals for the Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II), aimed at enhancing maritime operational capabilities under extreme weather conditions. The procurement involves the design, construction, testing, and delivery of specialized boats that will be utilized for search and rescue missions, law enforcement, and environmental protection, with specific requirements for durability and functionality in heavy seas. Interested contractors must adhere to detailed specifications outlined in the RFP, including an 18-month delivery timeline for the first vessel, and are encouraged to submit their proposals by the specified deadlines. For further inquiries, potential bidders can contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil.
    NOTICE OF INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is issuing a sole source procurement notice for two 660-meter electro-mechanical tow cables required for the MVP-200 system on the research vessel Rainier. These cables are proprietary and the only compatible products available, essential for conducting real-time oceanographic surveys, which are critical to NOAA's marine research operations. Interested contractors are invited to submit capability statements within 15 days to assess the potential for a competitive procurement process, with an anticipated delivery timeline of 98 days post-order. For further inquiries, contractors may contact Isaac Bright at ISAAC.BRIGHT@NOAA.GOV or by phone at (541) 283-5107.
    Two Replacement Copeland semi-hermetic refrigeration compressors for NMFS in Newport, Oregon
    Buyer not available
    The Department of Commerce, specifically 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 and adherence to safety and operational standards. This equipment is crucial for the Fisheries Behavioral Ecology Program, ensuring efficient operation of the TSI sea water chiller system. Interested vendors must submit written quotes by February 18, 2025, and are encouraged to contact Jason Jenks at jason.jenks@noaa.gov for further details.
    Cutter Boat - Aids to Navigation - Small (CB-ATON-S)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Cutter Boat - Aids to Navigation - Small (CB-ATON-S) under a total small business set-aside contract. The objective of this procurement is to produce and deliver trailerable cutter boats designed to enhance operations in the Inland Waterways and Western Rivers, replacing the current Inland Tender Fleet and ensuring efficient management of navigational aids. These boats will support critical missions such as Aids-to-Navigation, Search and Rescue, and Maritime Law Enforcement, reflecting the Coast Guard's commitment to maintaining navigational safety and operational efficiency. Interested contractors must submit their proposals by March 4, 2025, and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil.