Barge/vessel and crane services needed for the ins
ID: 1305M226Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Other Support Activities for Water Transportation (488390)

PSC

MISCELLANEOUS VESSELS (1990)

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 provide barge/vessel and crane services for the installation of an elevated platform at the New Canal NWLON station in New Orleans, LA. The procurement involves the removal of an existing aluminum frame and the installation of a new 1.5-ton aluminum frame and electronics enclosure, with the project expected to be completed within two 8-hour workdays between February 1 and April 30, 2026. This opportunity is a total small business set-aside under NAICS code 488390, emphasizing the importance of supporting small businesses in federal contracting. Interested contractors must submit their quotes by January 9, 2026, and are encouraged to contact Chelsea Vera at Chelsea.Vera@noaa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    M--Crane Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide crane support services at the NOAA Gulfport Pier in Gulfport, MS. The procurement involves detailed quotes for crane services, including one onload and one offload, each lasting eight hours, with specific requirements for pricing and itemization to ensure responsiveness. This contract is crucial for supporting NOAA's marine operations and is set aside for small businesses under NAICS code 238990, with a total small business set-aside designation. Interested parties must submit their quotes electronically to Christopher Baker at christopher.baker@noaa.gov by 8:00 AM EST on January 5, 2026, and are encouraged to register with SAM.gov for eligibility.
    Provide Boom for fuel evolutions, and
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotes from qualified small businesses to provide oil containment boom for fuel evolutions, along with optional services for small boat transfers and boom support in the Gulf of America region. The procurement aims to ensure that NOAA vessels have the necessary equipment for environmental protection during operations, highlighting the importance of maintaining ecological integrity in marine environments. Interested vendors must submit their quotations electronically to Chris Baker at christopher.baker@noaa.gov by 8:00 PM MST/MDT on December 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the rental of a fully crewed hydraulic pipeline cutterhead dredge for operations along the Mississippi River, New Orleans Harbor, and various bar channels in Louisiana. The project aims to enhance navigability and maintain essential waterways, with a construction magnitude estimated between $10 million and $25 million. Bidders are required to submit comprehensive proposals that include pricing for mobilization and dredging hours, while adhering to safety regulations and performance specifications. Interested contractors should contact Bambi Raja at Bambi.L.Raja@usace.army.mil or Cori A. Caimi at Cori.A.Caimi@usace.army.mil for further details, and must ensure registration with the System for Award Management (SAM) prior to bid submission, with the solicitation set for March 13, 2025.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the New Orleans Harbor and Various Bar Channels Cutterhead Dredge project, designated as Nos. 3-2025. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent waterways. This dredging project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. The solicitation is expected to be issued around April 15, 2025, and interested vendors are encouraged to register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Bambi Raja at 504-862-1499 or Cori A. Caimi at 504-862-1352.
    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.
    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.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 5-2025, Cameron Parish, Louisiana. Specification No. OM25129
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 5-2025, located in Cameron Parish, Louisiana. This contract requires the provision of a fully crewed and equipped self-propelled trailing suction hopper dredge for the removal and disposal of shoal material primarily in the Calcasieu River Bar Channel, with potential work extending to other areas within the New Orleans, Galveston, and Mobile Districts. The estimated construction cost for this project ranges from $5,000,000 to $10,000,000, and the solicitation is expected to be issued on or about December 4, 2024, with bids to be submitted electronically via the System of Award Management (SAM) website. Interested bidders should contact Francesca E. deBoer at (504) 862-1604 or via email at francesca.e.deboer@usace.army.mil for further details.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 1-2025, Cameron Parish, Louisiana. Specification Nos. OM25125
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Calcasieu River and Pass Bar Channel Hopper Dredge Contract No. 1-2025 in Cameron Parish, Louisiana. Contractors are required to furnish a fully crewed and equipped self-propelled trailing suction type hopper dredge for the removal and disposal of shoal material in the Calcasieu River Bar Channel, with potential work extending to other areas within the New Orleans, Galveston, and Mobile Districts. This unrestricted procurement has an estimated construction cost between $5 million and $10 million, with the solicitation expected to be issued on or about December 4, 2024. Interested bidders must maintain an active registration in the System for Award Management (SAM) and can contact Evan Woitha at evan.g.woitha@usace.army.mil or 504-862-1214 for further details.
    Spud Barge CE 869 Dry Dock
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, New Orleans District, is soliciting quotes for the dry docking and repair of the Spud Barge CE 869. The project entails extensive work, including hull plating renewal, structural framing, and various modifications to the barge, with a target dry dock entry date set for March 23, 2026. This procurement is crucial for maintaining the operational readiness of marine equipment, and the contract is designated as a Total Small Business Set-Aside under NAICS Code 336611. Interested contractors must submit their offers by January 12, 2026, at 11:00 AM local time, and are encouraged to contact Taylor H. Brandon or Karen D. Hargrave for further information.