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
    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
    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.
    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.
    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
    Similar Opportunities
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the 65 FT Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance expected from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Replace 2 Beck & Kuffel Gould’s vertical immersion
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide two Beckwith & Kuffel Goulds Model 3171 vertical immersion pumps for the NOAA Ship Fairweather. The procurement aims to acquire these pumps, which are critical for the vessel's aft grey water tanks, to ensure operational readiness and prevent delays in case of pump failure. This acquisition is justified as a single source due to the need for compatibility with existing systems on the ship, emphasizing the importance of maintaining operational integrity and safety. Quotes are due by January 2, 2026, at 4:00 PM PST, and interested parties must register in SAM.gov and submit their past performance questionnaires to Isaac Bright at isaac.bright@noaa.gov by the same deadline.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    Stern Boat Launch, Incinerator & OWS System FY26 on USCGC CALHOUN (WMSL 759)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance and preservation of the Stern Boat Launch and Recovery System, as well as repairs to the Incinerator and Oily Water Separator (OWS) System on the USCGC CALHOUN (WMSL 759). The project requires adherence to specific repair specifications and compliance with federal, state, and local regulations, with a focus on providing OEM-authorized technical representatives for specialized equipment. This work is critical for ensuring the operational readiness and safety of the Coast Guard vessel, with the contract period set from January 12, 2026, to March 3, 2026. Proposals are due by December 18, 2025, and interested parties should contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or 510-501-5550 for further details.
    CGC NORTHLAND FY26 UPDS MDE RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the unplanned dockside main diesel engine renewal of the CGC NORTHLAND (WMEC-904) for Fiscal Year 2026. The project entails the renewal of the 1 (Starboard) Main Diesel Engine, which may involve either a complete assembly replacement or a component-based build-in-place approach, adhering to detailed specifications and standards outlined in the associated documentation. This renewal is critical for maintaining the operational readiness and performance of the vessel, which plays a vital role in maritime safety and security. Interested parties can reach out to Monica Paul at monica.w.paul@uscg.mil or by phone at 206-815-3361 for further details regarding the procurement process.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    To Fund Car Rentals
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes from qualified small businesses for the rental of vehicles to support the NOAA Ship Okeanos Explorer during its extended dry-dock period in Ketchikan, Alaska. The procurement aims to secure four rental vehicles, ideally a mix of three passenger vans and one truck, to facilitate the transportation of crew members between various locations, ensuring operational efficiency and timely maintenance activities. This opportunity is critical for maintaining productivity and reducing reliance on limited local transportation options. Interested vendors must submit their quotations electronically to Christopher Baker at christopher.baker@noaa.gov by 8 PM EST on December 19, 2025, and should ensure they are registered in the System for Award Management (SAM) to be eligible for award consideration.