J--REPAIR WORK ON VESSEL IN SEATTLE, WASHINGTON
ID: 1305M225Q0089Type: Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 11:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for repair work on the hydrographic survey vessel S3006, located in Seattle, Washington. The procurement involves a total small business set-aside for seventeen defined repair tasks, including the replacement of power systems, engines, electrical panels, navigation and safety equipment, insulation, and the fuel system, all of which must be completed within 60 days of contract award. This vessel is crucial for the operational readiness of NOAA's Navigation Response Team, which conducts hydrographic survey operations in the Pacific Northwest. Interested contractors must submit their quotes by April 16, 2025, and are encouraged to schedule site visits by contacting the designated NOAA representatives. For further inquiries, Michelle Walton can be reached at MICHELLE.WALTON@NOAA.GOV or by phone at 757-605-7411.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 1:05 PM UTC
The Past Performance Questionnaire is a critical document for evaluating contractors involved in federal projects, particularly those related to vessel repair services as specified in solicitation number 1305M225Q0089. Contractors are required to complete their information, including contract details, project descriptions, and performance metrics. Key elements include an assessment of the contractor's work quality, adherence to schedules, cost control, management effectiveness, regulatory compliance, and overall customer satisfaction. Ratings range from 'Exceptional' to 'Unsatisfactory' based on performance. Client references must provide evaluations reflecting the contractor's ability to meet contractual requirements and resolve issues effectively. This process aids the government in selecting competent contractors for future projects, ensuring accountability and performance standards are met. The questionnaire requires a comprehensive evaluation from client references to deliver a holistic view of the contractor’s past performance, guiding future contract awards and project executions.
Apr 1, 2025, 1:05 PM UTC
The document serves as an amendment notification regarding the acknowledgment of receipt by contractors for a federal solicitation. Contractors must confirm receipt by specified methods, either by completing designated sections on the document, sending a separate letter, or electronic communication that references the relevant solicitation and amendment numbers. Failure to acknowledge receipt on time may lead to the rejection of their offers. The amendment details the contractual modifications and administrative changes, confirming that all other terms remain unchanged unless specified. The document outlines instructions for contractors to respond effectively to the solicitation amendment, ensuring adherence to government procurement protocols. It emphasizes the date and time for receipt of offers, illustrating the importance of timing in government contracting. The amendment is part of a larger framework for managing federal contracts and grants, warranting accurate and timely communication from contractors to ensure compliance and successful proposal submissions.
Apr 1, 2025, 1:05 PM UTC
The National Oceanic and Atmospheric Administration (NOAA) is soliciting bids for extensive repair work on the hydrographic survey vessel S3006, stationed at the NOAA Western Regional Center in Seattle, Washington. This Request for Quotation (RFQ) outlines a total small business set-aside for seventeen defined repair tasks, including the replacement of power systems, engines, electrical panels, navigation and safety equipment, insulation, and the fuel system. Each repair must adhere to specified standards and be completed within 60 days of contract award. The contractor is responsible for all necessary labor, materials, and equipment, with separate pricing required for each task. The vessel is expected to be delivered to a contractor's facility within 100 miles of its homeport, and a site visit is encouraged for prospective bidders to accurately assess repair needs. The solicitation emphasizes the importance of maintaining operational readiness for NOAA's Navigation Response Team, which is crucial for hydrographic survey operations in the Pacific Northwest. Quotes must be submitted by April 16, 2025, demonstrating the urgency of restoring the vessel for the upcoming field season.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
J--Replace Main Motor Heat Exchangers on NOAA Ship PI
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to replace the main motor heat exchangers on the NOAA Ship Pisces. This procurement involves the removal and installation of heat exchangers, ensuring compliance with safety and operational standards, and requires contractors to manage all labor, materials, and rigging necessary for the project. The successful contractor will be evaluated based on their technical approach, past performance, and pricing, with a firm fixed-price contract expected to be awarded by April 30, 2025. Interested parties must submit their quotations via email to Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV, ensuring they acknowledge any amendments and provide all required documentation by the specified deadline.
M--Provide Moorage in Kodiak, AK for the NOAA Ship Ra
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting quotes for husbandry services for the NOAA Ship Rainier during its port call in Kodiak, Alaska, from May 1 to October 30, 2025. The procurement includes essential services such as moorage, line handling, garbage disposal, potable water supply, sewage management, fueling capabilities, and optional services like bilge water removal and tug assistance. This opportunity is significant for supporting NOAA's marine operations and ensuring logistical efficiency during hydrographic surveys in Alaska's coastal waters. Interested vendors must submit their quotes electronically by April 23, 2025, and direct any inquiries to Christopher Baker at christopher.baker@noaa.gov.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
Overhaul of S/V H.R. SPIES
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking qualified contractors for the overhaul of the survey vessel H.R. SPIES. This procurement involves providing all necessary engineering, design, labor, materials, and equipment to execute essential repairs, including drydocking, hull painting, and various inspections, with a performance period of 30 calendar days following the vessel's delivery to the contractor's yard. The project is critical for maintaining the operational readiness of the vessel, which will operate in the Delaware River and Bay during Fiscal Year 2025. Interested bidders must submit their proposals by April 29, 2025, and can direct inquiries to Domenic L. Sestito at domenic.l.sestito@usace.army.mil.
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
PROVIDE BUTTERFLYVALVE TO THE HENRY BIGELOW
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes from qualified small businesses for the procurement of a Crane Flowseal 10-1LA-833TB-30J butterfly valve for the NOAA Ship Henry Bigelow. This acquisition is critical for maintaining the ship's operational integrity, as the valve is required to replace a failed outlet valve for the main seawater strainer. The contract will be awarded based on best value, considering factors such as availability, vendor authorization, and price, with a firm fixed price structure. Interested vendors must submit their quotes via email to Alexander Cancela by April 28, 2025, and ensure compliance with all specified requirements, including proof of authorized dealer status and registration in the SAM database.
UW Hull Clean, Inspect and Zinc Renewal
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the cleaning, inspection, and zinc renewal of the hull of the Coast Guard Cutter Douglas Denman at USCG Base Ketchikan, Alaska. The contractor will be responsible for performing underwater hull maintenance, including thorough cleaning, inspection, and renewal of zinc anodes, with services scheduled between May 12 and June 8, 2025. This maintenance is crucial for ensuring the operational integrity and longevity of the vessel, adhering to specific Coast Guard maintenance procedures and safety protocols. Interested contractors must submit their firm fixed-price proposals by April 28, 2025, at 12:00 PM Eastern Standard Time, and can direct inquiries to Cornelius Claiborne or Patricia Fremming via the provided email addresses.
NORTEK AQUADOPP PROFILER FOR NOAA CENTER FOR OPERATIONAL OCEANOGRAPHIC PRODUCTS AND SERVICES (CO-OPS) OFFICE
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Nortek USA Inc. for the procurement of Nortek Aquadopp Profilers to support high-latitude oceanographic sensor deployments as part of the Department of Defense’s Arctic Edge 2025 exercise near Anchorage, Alaska. The Aquadopp Profiler 2 Z-Cell 600 kHz is uniquely suited for this mission due to its zero-blank distance capability, which allows for accurate current measurements in challenging Arctic environments, and its compatibility with existing NOAA operational infrastructure. Interested parties who believe they can meet the government's requirements may submit documentation to the primary contact, Michelle Walton, at michelle.walton@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
Repair and Maintenance Support Services - K5900 Side Scan System
Buyer not available
The Department of Defense, through the Naval Oceanographic Office (NAVOCEANO), is seeking information from qualified contractors for repair and maintenance support services for its fleet of ten Klein Marine Systems K5900 side scan systems. The objective is to ensure operational readiness by providing evaluations, repairs, and replacement components for these systems, which are critical for oceanographic data collection. This opportunity is framed as a Request for Information (RFI) and Sources Sought Notice, with a potential contract anticipated to be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) type, commencing around July 31, 2025. Interested parties must submit their capabilities statements by April 29, 2025, to the primary contacts, Stephanie Lent and Joseph Caltagirone, via the provided email addresses.
USCGC HAMILTON DS FY25 FQ4
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dockside repairs on the United States Coast Guard Cutter (USCGC) HAMILTON (WMSL-753) as part of a total small business set-aside solicitation. The scope of work includes comprehensive ship maintenance and repair tasks, which will be specified through individual task orders, with the contract period extending from the date of award through December 14, 2025. This procurement is critical for ensuring the operational readiness and safety of the cutter, which plays a vital role in maritime operations. Interested vendors should direct inquiries to Mark Cap or Lavon Lewis via email, and the first task order's performance period is set from September 14, 2025, to December 14, 2025, with funding contingent on availability.