NOAA's National Ocean Service is seeking a contractor to provide a vessel, crane, and crew for the removal and installation of an aluminum frame at the New Canal Lighthouse NOAA tide station in New Orleans, LA. This Request for Quotation (RFQ) is a 100% small business set-aside under NAICS code 488390, with a firm fixed price contract awarded based on the Lowest Price Technically Acceptable (LPTA). The project has an expected completion date within six months of the award. Offerors must provide specific company information, acknowledge terms, and submit a past performance reference form. A site visit is strongly encouraged by December 31, 2025, and all questions must be submitted by January 5, 2026. Quotes are due by January 9, 2026, via email to Chelsea.Vera@noaa.gov. Contractors must be registered in SAM and comply with NOAA's Sexual Assault and Sexual Harassment Prevention and Response Policy.
This document outlines a scope of work for vessel support services required at the National Water Level Observation Network (NWLON) Station 8761927 New Canal, LA. The contractor will be responsible for providing a crane-equipped vessel to facilitate the removal of an existing aluminum frame and electronics enclosure, and the installation of a new 1.5-ton aluminum frame and a new electronics enclosure on a concrete pier. Key responsibilities include storing the new frame, providing crew and equipment for safe transfers, and coordinating with the Army Corps of Engineers and other vessels. The installation is scheduled between February 1 and April 30, 2026, and is expected to take less than two 8-hour work days. The contractor must also dispose of the old frame. Evaluation criteria for proposals include technical capabilities, a description of the business, and past performance on similar projects.
The Past Performance Information Form is a critical component for federal government RFPs, requiring quoters to demonstrate relevant past performance or explicitly state its absence. Quoters must submit a maximum of three contracts performed within the last three years that are similar in scope, magnitude, and complexity to the solicitation. Each reference must include the contract number, agency/entity details, work description, point of contact with current information, contract award date, period of performance, initial and current contract value, and extent of subcontracting. Newly formed entities or those lacking relevant prior contracts should provide information for key personnel and applicable resources. Quoters are encouraged to detail any problems encountered and corrective actions taken. NOAA reserves the right to obtain past performance information from various sources. Additionally, quoters must describe and provide examples of recent experience (within the last three years) performing similar services. The form also includes sections for vendor name, contract type, government/employer point of contact, total dollar value, type of services provided, period of performance, and a detailed description of the work performed, including subcontractor utilization and their annual dollar value.
This government file, Wage Determination No. 2015-5189, Revision No. 32, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract employees in specific Louisiana parishes (Jefferson, Orleans, Plaquemines, Saint John The Baptist, St Bernard, St Charles). The document details hourly rates for a wide array of occupations, from administrative support and automotive services to health, technical, and transportation roles. It specifies health and welfare benefits, including a rate for contracts covered by Executive Order (EO) 13706 for paid sick leave, and addresses paid vacation and eleven annual holidays. Additionally, the file provides guidance on special conditions like hazardous pay differentials, uniform allowances, and procedures for conforming unlisted occupations and wage rates via Standard Form 1444, emphasizing the importance of job duties over titles. It also references EO 13658 regarding minimum wage rates for certain federal contracts.
This government solicitation, identified as a Women-Owned Small Business (WOSB) opportunity, is for commercial products and services to provide a vessel, crane, and crew for removing and installing an aluminum frame at the New Canal NWLON station. The solicitation details the bidding process, including instructions for offerors, evaluation criteria (technical pass/fail, past performance pass/fail, and lowest priced technically acceptable offer), and various incorporated clauses. Key clauses cover topics such as sustainable products, contractor whistleblower rights, prohibition on certain telecommunications equipment, small business set-asides, and policies regarding sexual assault and harassment prevention. The document also outlines requirements for electronic submission of payment requests via IPP and guidelines for contractor communications and access to NOAA facilities. The minimum wage for contractor workers is set at $15.00 per hour, subject to annual adjustments.