Southeast Right Whale Early Warning System (Solicitation)
ID: 1305M325Q0092Type: Solicitation
Overview

Buyer

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

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

SPECIAL STUDIES/ANALYSIS- ANIMAL/FISHERIES (B516)
Timeline
    Description

    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is soliciting proposals for the Southeast Right Whale Early Warning System (EWS) support services. The primary objective is to conduct aerial surveys to monitor and protect the critically endangered North Atlantic right whale during its calving season along the Southeastern U.S. coast, ensuring the collection and dissemination of vital data to mitigate vessel strike risks and enhance conservation efforts. This procurement is significant for marine mammal protection and involves collaboration with various stakeholders to ensure compliance with environmental regulations. Interested contractors must submit their quotations by April 9, 2025, and can direct inquiries to Grace Parker or Casey Morrison via their respective emails. The anticipated contract will span one year with four optional extensions, awarded as a Firm-Fixed Price purchase order.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for women-owned small businesses to provide aerial survey and reporting services for the National Oceanic and Atmospheric Administration (NOAA), particularly focusing on the North Atlantic Right Whales. It specifies the requirement for a contractor to perform aerial surveys in accordance with the Statement of Work (SOW), with a 12-month base period starting June 15, 2025, and four optional extension periods. Interested contractors must submit technical and price quotations by April 9, 2025, detailing their experience, technical approach, and past performance. Additionally, the document emphasizes compliance with federal regulations, including provisions for subcontracting plans for larger businesses and adherence to scientific integrity standards. The solicitation indicates the use of FedConnect for contract administration and includes clauses related to payment, contract modifications, and evaluation criteria. Overall, it reflects the federal government’s initiative to engage small businesses, especially those owned by women, in fulfilling environmental and scientific responsibilities while ensuring compliance with relevant regulations and standards.
    The National Oceanic and Atmospheric Administration (NOAA) is seeking a contractor to operate aerial surveys for the Southeast Right Whale Early Warning System (EWS) to mitigate risks to the critically endangered North Atlantic right whale during their calving season off the Southeastern U.S. coast. The contractor will be responsible for implementing aerial surveys in the designated SEUS Core Area, collecting and disseminating data on whale sightings to reduce vessel strike risks, and monitoring for entangled or injured whales. Key objectives include detecting and documenting right whale presence, conducting photographic identification, and sharing sighting information with federal agencies and marine stakeholders. The contractor must collaborate with other survey teams, adhere to established aerial survey protocols, and provide regular performance and data reports. The contract spans one year with options for four additional years, requiring compliance with MMPA and ESA permits. The NOAA emphasizes the commitment to marine mammal protection and the importance of collaboration among governmental and scientific stakeholders to enhance conservation efforts for this vulnerable species. The contractor will also manage logistics, aircraft safety, and ensure proper training for observers involved in the surveys.
    The Past Performance Questionnaire for Solicitation #1305M325Q0092 is designed to evaluate a contractor's performance on a referenced contract across several key areas: quality of service, schedule, cost control, and management. Evaluators are instructed to use an adjectival rating scale ranging from "Exceptional" to "Unsatisfactory" to assess how well the contractor met requirements, completed tasks on time, managed costs, and coordinated activities necessary for successful contract execution. The form includes ratings for each performance area, along with space for comments and an overall recommendation regarding the contractor's suitability for similar future projects. This structured evaluation process emphasizes the contractor's ability to meet or exceed contractual obligations and is critical for determining eligibility for future government contracts, aligning with federal RFPs and grant assessment practices to ensure accountability and effective use of taxpayer resources.
    The document outlines required provisions for offerors participating in federal contracting, focusing on their representations and certifications for commercial products and services as per recent amendments. Key provisions include details on ownership definitions (e.g., service-disabled veteran-owned, economically disadvantaged women-owned), labor parameters, and prohibitions related to telecommunications and video surveillance equipment. Offerors must verify compliance regarding their business size, ownership structure, and certifications in the System for Award Management (SAM). Important sections require representations on tax liabilities and previous legal statuses affecting eligibility under federal contracts. Additionally, provisions address restrictions on business operations in nations like Sudan and ensure compliance with documented child labor laws and sensitive technology exports. The structure effectively guides offerors in completing necessary certifications and understanding the implications of their representations within the context of federal procurement processes. Overall, the purpose is to ensure transparency and compliance in contracting practices, aligning with the government's commitment to support diverse business ownership and safeguard national interests.
    The Small Business Subcontracting Plan outlines requirements for [Company XXX] to establish goals for subcontracting with small and diverse businesses, as mandated by federal regulations. It specifies identification data, plan type, and detailed subcontracting goals categorized by business types such as small, HUBZone, disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned businesses. The document includes planned dollar amounts and percentages of total subcontracting and contract value for each category throughout the contract and option periods. Methods for developing specific subcontracting goals and identifying potential subcontractors are also detailed. The plan emphasizes equitable opportunities for small businesses, outlines recordkeeping practices for compliance, and includes assurances regarding good faith efforts in acquiring goods and services from designated business concerns. Additionally, it mandates the inclusion of required FAR clauses in subcontracts and stipulates the reporting process to ensure compliance with the subcontracting plan. This structured approach aims to enhance participation of small businesses in federal contracts, fostering inclusivity and supporting economic growth within diverse communities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Southeast Right Whale Early Warning System (Synopsis)
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Right Whale Early Warning System. This presolicitation aims to develop a system that enhances the monitoring and protection of the endangered North Atlantic right whale population through effective surveying and mapping services. The initiative is critical for ensuring the safety of these whales, particularly in areas where they are at risk from maritime activities. Interested parties can reach out to Grace Parker at grace.parker@noaa.gov or Casey Morrison at casey.morrison@noaa.gov for further details regarding the procurement process.
    R--Recon and Data Collection Walrus Aggregation
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide reconnaissance and data collection services for walrus aggregation mapping in the northern Bering and Chukchi Seas. The objective of this procurement is to gather real-time data on walrus locations to assess the impact of declining sea ice on Pacific walrus populations, which is critical for wildlife management and conservation efforts. Contractors will be responsible for conducting reconnaissance operations, ensuring data accuracy, and submitting timely reports, with the performance period scheduled from June 2 to June 25, 2025, and a final summary report due by June 30, 2025. Interested small businesses must submit their proposals by March 6, 2025, and can direct inquiries to Joel Berberena at jberberena@usgs.gov.
    Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP). The objective of this procurement is to support the collection of critical data on fishery resources, which is essential for sustainable management and conservation efforts in the region. These services play a vital role in ensuring the health of fish populations and the overall ecosystem, contributing to informed decision-making in fisheries management. Interested parties can reach out to primary contact Novelle Key at novelle.key@noaa.gov or 206-526-4393, or secondary contact Kayla Johnson at kayla.johnson@noaa.gov or 206-526-6743 for further information. This opportunity is set aside for small businesses under the SBA guidelines, with the place of performance located in Woods Hole, Massachusetts.
    Service of Cummins Engines for three Hydrographic
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide maintenance and repair services for three small boats utilized in hydrographic operations. The procurement involves comprehensive mechanical repairs, engine servicing, and the supply of necessary parts for vessels RA-3, RA-6, and 2902, which are critical to NOAA's marine research missions. This contract, set aside for small businesses, emphasizes adherence to safety protocols and the importance of maintaining operational capabilities for NOAA's fleet. Interested parties must submit their proposals by March 17, 2025, and can direct inquiries to James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV or by phone at 757-317-0567.
    HI PAC REEFS NWR COMPLX - Small Vessel Charter Ser
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking small businesses to provide Small Vessel Charter Services for fieldwork at the Rose Atoll National Wildlife Refuge in American Samoa. The contract, identified as RFQ 140FS225Q0074, includes a base period from April 14, 2025, to April 13, 2026, with four optional extension years, and requires the contractor to transport up to six personnel along with necessary equipment for research and monitoring activities related to plant, seabird, and marine life populations. This procurement emphasizes the importance of reliable marine services in supporting environmental management and research initiatives, with up to eight trips anticipated annually, adhering to U.S. Coast Guard regulations for safety and operational effectiveness. Interested parties must submit their quotes by March 25, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 for further information.
    Endeavor Boat Repairs & Modifications
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide maintenance, repair, and modifications for the vessel "R.V. Endeavor." The project includes tasks such as hull repair, exterior painting, mechanical work, window replacements, and updates to navigation electronics, all aimed at ensuring the vessel's operational safety for environmental monitoring purposes. This procurement is critical for maintaining government assets and enhancing their operational capabilities, with a Firm Fixed Price Purchase Order expected to be awarded. Quotes are due by 3 PM PDT on March 25, 2025, and interested contractors should contact Sherry Heibeck at SHeibeck@usbr.gov or call 916-978-6188 for further details.
    HI PACIFIC ISLANDS FWO SPECIES TECH RPTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking technical support for a 5-year review of species status reports, specifically for Tuberolabium guamense and other potential species assessments. The contractor will analyze scientific data to support decisions under the Endangered Species Act, ensuring compliance with conservation principles and governmental regulations. This opportunity emphasizes the importance of utilizing the best available data to protect endangered species while fostering participation from small businesses, as the contract is set aside for total small business participation. Quotes must be submitted by March 19, 2025, with the performance period running from April 1, 2025, to March 31, 2030. For inquiries, interested parties can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
    S--FWS PUERTO RICAN PARROT ESFO SECURITY
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for security and surveillance services for the Puerto Rican Parrot Recovery Program at the Iguaca Aviary in Rio Grande, Puerto Rico. The procurement involves providing unarmed guard services over a specified number of hours per week, with a contract structured for a base year and four optional years, aimed at safeguarding the endangered Puerto Rican parrots from theft, vandalism, and harm. This initiative underscores the importance of wildlife protection and conservation efforts, while also promoting small business participation in federal contracting, as the solicitation is a 100% Small Business Set-Aside. Interested vendors must submit their quotes and any inquiries to Contract Specialist Lee Ann Riley by March 19, 2025, at 3:00 PM EDT, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Purchase of EPOCH 650 Ultrasonic Flaw Detector
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the purchase of 20 units of the EPOCH 650 Ultrasonic Flaw Detector, a critical tool for ensuring the safety and integrity of their aviation operations. This procurement is a brand-name requirement, necessitating that all items be sourced from Evident Scientific, Inc., with strict traceability and certification requirements to ensure compliance with federal standards. The anticipated award date for this firm-fixed price contract is on or about March 24, 2025, with offers due by March 21, 2025, at 2:30 p.m. Eastern Time. Interested vendors should submit their quotations via email to Stacey M. Riggs and William Swinson II, ensuring adherence to all specified terms and conditions outlined in the solicitation documents.
    67--NOAA - Compact, Low-Cost, Wide Angle, Underwater, Stereo Imaging System
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for a compact, low-cost, wide-angle, underwater stereo imaging system. This procurement aims to enhance NOAA's capabilities in underwater imaging, which is crucial for various marine research and monitoring activities. The system will play a significant role in improving data collection and analysis related to oceanic and atmospheric studies. Interested small businesses are encouraged to reach out to Carina Topasna at carina.topasna@noaa.gov or call 206-526-6350 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.