19--65' MULTI-PURPOSE VESSEL - GLACIER BAY NP
ID: 140P9724R0008Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Boat Building (336612)

PSC

MISCELLANEOUS VESSELS (1990)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jun 3, 2024, 12:00 AM UTC
  2. 2
    Updated Jun 3, 2024, 12:00 AM UTC
  3. 3
    Due Not available
Description

The National Park Service, under the Department of the Interior, is seeking proposals for the procurement of a 65-foot Multi-Purpose Response Vessel designated for use in Glacier Bay National Park, Alaska. The vessel must be a high-speed aluminum landing craft compliant with U.S. Coast Guard regulations, featuring a raised pilot house, a deck capacity of 45,000 pounds, and the ability to reach speeds of 30+ knots while carrying cargo. This initiative is crucial for enhancing emergency response capabilities within the park, ensuring operational readiness in remote marine environments. Proposals are due by November 13, 2024, with a contract value estimated at $54,000, and interested parties should contact Ronald Bunch at ronald_bunch@nps.gov for further details.

Point(s) of Contact
Files
Title
Posted
Oct 31, 2024, 3:37 AM UTC
The document outlines the specifications and features of the Lamor Side Collector LSC 2C/1350 Mk II, a double-acting vessel-mounted skimming system designed for oil spill recovery in smaller workboats, typically ranging from 9 to 25 meters in length. The skimmer is equipped with manual outriggers, sweeping booms, and a brush conveyor belt system that operates bidirectionally, catering to various oil viscosities. Key attributes include high recovery efficiency, rapid deployment capabilities, and robust construction suitable for adverse marine conditions, with an impressive design capacity of 123 m³/h. The system’s brush technology allows for the effective collection of different types of floating oils while maintaining less than 10% free water content in retrieved oil. Custom designs for individual vessels ensure optimized performance and safety. This document serves as a technical overview likely intended for government procurement processes, illustrating the system's compliance with practical requirements for oil spill recovery operations in maritime environments.
Oct 31, 2024, 3:37 AM UTC
The Glacier Bay National Park and Preserve issued an RFP for the procurement of a multi-purpose response vessel, designated GLBA 339989. The vessel specifications detail a high-speed, aluminum landing craft compliant with US Coast Guard regulations and equipped for emergency response operations. Key features include a raised pilot house, a 45,000-pound deck capacity, 30+ knots speed with cargo, and a 400-mile range. The design includes various safety, electrical, and hydraulic systems, including fire suppression, towing capabilities, and advanced navigation technologies. Proposals must adhere to strict design criteria and submit detailed plans, accompanied by a technical evaluation by government personnel. The project emphasizes thorough documentation, including builder certifications and operator manuals, and mandates sea trials prior to delivery. A final vessel delivery, complete with all attachments, is expected within 720 days post-award. This initiative reflects the National Park Service's commitment to enhancing response capabilities within the park while ensuring compliance and operational readiness.
Jun 3, 2024, 1:36 PM UTC
Oct 31, 2024, 3:37 AM UTC
The document outlines a Justification and Approval for Other Than Full and Open Competition regarding the procurement of a large multi-purpose response vessel for Glacier Bay National Park and Preserve (GLBA). The estimated cost for the vessel, fitted with Furuno Marine electronics, is $54,000. The requirement emphasizes that only Furuno Electric Company provides the necessary systems to ensure uniformity across the park's marine fleet, which is crucial for operational efficiency and reliability, especially in the remote location of Glacier Bay. The justification underscores the lack of alternatives, as operators and mechanics are specifically trained on Furuno products, limiting compatibility with other brands. Market research indicated potential offers from other vendors, but none can match the specialized requirements dictated by existing operational standards. The procurement process adheres to the federal guidelines stipulated in FAR 13.106-1, allowing for this sole-source acquisition to maintain effective and efficient service within the park's marine operations. Approval is certified by relevant officials, ensuring compliance with stipulated procurement practices.
Jun 3, 2024, 1:36 PM UTC
Oct 31, 2024, 3:37 AM UTC
The Past Performance Questionnaire (PPQ) is a structured document utilized by the federal government to assess an offeror's past performance in relation to contract fulfillment. Offerors are required to complete initial sections before sending the questionnaire to a designated reference for evaluation. The reference must provide ratings on various performance aspects, including the quality of management, adherence to timelines, and overall client satisfaction. The performance is rated on a scale from Outstanding (O) to Unacceptable (U), with specific criteria outlined for each rating level. Additionally, the document restricts the use of information within the questionnaire for promotional purposes, ensuring confidentiality and integrity in evaluations. The PPQ serves as a critical component of the source selection process within government contracting, impacting decisions on future project awards and highlighting the importance of past performance in maintaining accountability and quality in government contracts. Overall, the questionnaire aims to gather unbiased feedback regarding a contractor's effectiveness, reliability, and overall performance in previous projects.
Oct 31, 2024, 3:37 AM UTC
The document is a Request for Quote (RFQ) from the National Park Service for a firm fixed price contract to provide a 65-foot Multi-Purpose Response Vessel in support of Glacier Bay National Park, Alaska. The RFQ is a total small business set aside, classified under the NAICS code 336612 (Boat Building) with a small business size standard of 1,500 employees. The solicitation period is from September 25, 2024, to October 24, 2024, with a deadline for questions set for October 14, 2024. Vessel delivery is required 24 months post-award to the Port of Gustavus, AK. Payment will occur in phases: 30% upon completion of metal hull and captain’s house shells, 25% for major system components, and the remaining 45% following final government inspection and acceptance. The document includes specific clauses from the Federal Acquisition Regulation (FAR) applicable to this contract. These include restrictions on subcontracting and clauses pertaining to employee rights and responsibilities, aiming to ensure compliance with labor regulations and maintain fair employment practices. Overall, this RFQ signifies the government’s commitment to enhancing operational capacity at Glacier Bay by leveraging small business participation in federal contracting.
Oct 31, 2024, 3:37 AM UTC
This document outlines the limitations on subcontracting relevant to a federal proposal for a 65' Multi-Purpose Response Vessel and Trailer project, categorized as a Small Business Set-Aside with an estimated performance period from September 26, 2024, to September 25, 2026. It includes sections that require input for tracking financials related to similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). Key metrics include total amounts paid to both subcontractor categories, the total amount paid to the prime contractor, and the calculated limitation on subcontracting percentage, defined as the funds allocated to the prime contractor minus that paid to NSS, all divided by the funds total paid to the prime. Despite placeholders for the detailed financial records of individual subcontractors, the document remains devoid of specific monetary data, indicating potential gaps in reporting or tracking. Ultimately, this report serves an essential function in ensuring compliance with federal regulations, aiming to support small business participation in government contracts while monitoring subcontracting practices.
Oct 31, 2024, 3:37 AM UTC
This document outlines responses to inquiries regarding specifications for a vessel in a government Request for Proposal (RFP). The main topic involves clarifications and revisions to technical specifications related to a hydraulic winch, vessel speed, and delivery timeline. Key adjustments include the definition of a hydraulic winch that can perform both anchoring and towing, with specifications for capacity and materials. The speed requirement has been relaxed to allow for a range of 22 to 30 knots while carrying a 10,000 lbs cargo, enabling potential cost savings for vendors. Additionally, the delivery timeline has been extended to allow for detailed design approvals and necessary construction, now totaling two years and nine months. These amendments aim to provide clarity and flexibility for vendors, ensuring they can meet the RFP’s requirements while maintaining rigorous standards for quality and performance. Overall, this document signifies the government's adaptability in procurement processes to achieve successful project outcomes.
Oct 31, 2024, 3:37 AM UTC
The document is a Request for Quote (RFQ) from the National Park Service for a 65-foot Multi-Purpose Response Vessel intended for use in Glacier Bay National Park, AK. It outlines a firm fixed-price contract, designed exclusively for small businesses under the NAICS code 336612 for Boat Building, with a size standard of 1,500 employees. The solicitation period runs from September 25 to November 7, 2024, with questions accepted until October 14, 2024. Delivery is expected 24 months post-award to the Port of Gustavus. Payment terms include milestones based on production phases: 30% for the hull and captain’s house shells, and 25% for major system components before final inspection and acceptance. Several federal acquisition clauses are referenced to ensure compliance with regulations including sustainability requirements and prohibitions on certain telecommunications and surveillance equipment. The RFQ emphasizes that all parties must be registered in the System for Award Management (SAM) prior to submission. Overall, this document serves as a formal solicitation for federally funded services and products necessary for operational effectiveness in a national park setting, promoting small business participation in federal contracts.
Oct 31, 2024, 3:37 AM UTC
The National Park Service is soliciting proposals for the procurement of a Multi-Purpose Response Vessel for Glacier Bay National Park & Preserve, designed to comply with U.S. Coast Guard standards. The vessel specifications detail a high-speed aluminum landing craft with a modified V design, strict design criteria including a 45,000 lb deck capacity, capability to reach 30+ knots, and a 400-mile operational range while carrying 40,000 lbs. The vessel must incorporate essential features such as a raised pilot house, water jet propulsion, a robust hydraulic system, and sophisticated navigational and electronic systems, including a Furuno Nav suite. Safety and fire response capabilities are emphasized, with requirements for equipment such as fire pumps, life rafts, and thorough safety certifications. Bid proposals will be evaluated against fixed criteria, ensuring the successful bidder delivers a fully functional and compliant vessel within 720 days post-award. This initiative reflects the federal government's commitment to enhancing operational efficiency for environmental response actions in Alaska's coastal regions.
Oct 31, 2024, 3:37 AM UTC
The document details an amendment (140P9724R0008) related to a federal Request for Proposal (RFP) issued by the National Park Service (NPS), extending the submission deadline to November 7, 2024, at 5:00 PM Mountain Time. Key changes include the requirement to include specific technical documents in the RFP content and revisions to the specifications document, which are highlighted in light yellow. Clarifications were made regarding the absence of a trailer for government ownership in the purchase and the provision of a hydraulic boom roller by the contractor. The amendment emphasizes the need for acknowledgment of receipt and proper submission by contractors to avoid rejection of their offers. It serves to ensure that the solicitation process remains transparent and compliant with procurement regulations. Overall, the modification seeks to provide clearer guidelines and extend the timeline for contractors to prepare their proposals, enhancing the bidding process for the federal project in Alaska.
Oct 31, 2024, 3:37 AM UTC
The document serves as an amendment to a federal Request for Proposal (RFP) with the identification number 140P9724R0008. The amendment's primary purpose is to extend the open period for submissions until November 13, 2024, at 5:00 PM Eastern Time. Additionally, it provides responses to vendor inquiries, including clarifications and adjustments to specifications. The amendment highlights the importance of acknowledging receipt of this amendment as failure to do so may result in rejection of offers. While it modifies the open period and addresses vendor questions, all other terms and conditions of the original solicitation remain unchanged. The document is structured to detail the amendment's administrative changes, signature requirements, and communication protocols. This modification illustrates the government's ongoing efforts to facilitate vendor participation and clarity in the procurement process.
Oct 31, 2024, 3:37 AM UTC
The document outlines a Request for Proposal (RFP) for a firm-fixed-price contract regarding the procurement of a 65-foot Multi-Purpose Response Vessel for the National Park Service (NPS) Alaska Regional Office. It details the solicitation process, specifically indicating that proposals are due by September 25, 2024, and are to be addressed to Ron Bunch, the contracting officer. The NPS has outlined options for customization, including additional cabin space and features like an inverter/battery charger. The solicitation is under the category of commercial items, and it is noted that the contract is accessible to small businesses, including preferences for service-disabled veteran-owned and women-owned enterprises. The document emphasizes compliance with various federal acquisition regulations, ensuring that contracting is standardized and meets legal requirements. The RFP highlights the importance of delivering quality service and products to governmental agencies while providing opportunities for diverse business participation in federal contracts.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
GLBA SUPPLY ROOFING MATERIALS
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting quotes for the supply of roofing materials for Glacier Bay National Park in Alaska. The procurement specifically seeks standing seam roofing materials, including various components such as panels, flashing, and accessories, with a completion target date of June 1, 2025, to ensure readiness for installation. This initiative is part of the federal effort to maintain and enhance national park facilities, ensuring structural integrity through high-quality materials. Interested small businesses must submit their quotes electronically by April 30, 2025, and can direct inquiries to Ron Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks - 2nd Posting
Buyer not available
The National Park Service (NPS) is seeking proposals for a 10-year concession contract to provide Passenger Ferry Service to the South Core Banks and Shackleford Banks, along with land transportation on the South Core Banks. This opportunity aims to enhance visitor access and experience in these protected areas, which are significant for their natural beauty and recreational offerings. Interested parties must submit their proposals, including a signed transmittal letter, by July 16, 2025, at 3:00 p.m. Eastern Daylight Time, with a site visit scheduled for February 13, 2025, and questions due by February 21, 2025. For further details, potential bidders can contact Bill Stevens at billgstevens@nps.gov or William Gordon at williamgordon@nps.gov.
UNITED STATES COAST GUARD WATER BUOY SERVICE
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide water buoy services in various locations across Alaska. The contract encompasses the fabrication, installation, maintenance, and removal of navigational buoys, ensuring they are properly marked and maintained in accordance with Coast Guard specifications. This initiative is crucial for enhancing navigational safety in Alaskan waters, particularly in areas such as the Kwigillingok River, Unalakleet River, and Kotzebue Sound. Proposals are due by April 10, 2025, with the anticipated award date set for May 2025, and services expected to commence on June 1, 2025. Interested contractors can reach out to Deno Stamos at deno.a.stamos@uscg.mil or Benjamin Reedy at benjamin.r.reedy@uscg.mil for further inquiries.
Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a concession contract to provide passenger ferry services to the South Core Banks and Shackleford Banks, along with land transportation on South Core Banks. The procurement aims to enhance visitor services by ensuring high-quality ferry operations and effective communication of services, with specific requirements for vessel capacity and operational strategies, including a commitment to customer service and complaint resolution. This opportunity is crucial for maintaining visitor access and experience in these national park areas, emphasizing compliance with conservation goals and ADA standards. Interested parties should contact Cherrie Brice at CherrieBrice@NPS.GOV or William Stevens at WILLIAMGSTEVENS@NPS.GOV for further details, with proposals due as outlined in the solicitation documents.
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.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
Design-Build Sitka Waterfront Improvements (Sitka, AK)
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the Design-Build Sitka Waterfront Improvements project in Sitka, Alaska. This initiative involves the design and construction of a new fixed Seagoing Buoy Tender (WLB) wharf and pier, along with associated site improvements and utility connections, aimed at enhancing operational capabilities for Coast Guard vessels. The project is estimated at approximately $48 million and includes a performance period of 1,030 calendar days post-award, with proposals due by May 7, 2025. Interested contractors can reach out to Tracianne Torklep at Tracianne.Torklep@uscg.mil or Gabriel D. Perez at gabriel.d.perez@uscg.mil for further inquiries.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract period anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@uscg.mil.
Request for Information - Arctic Security Cutter (ASC): Icebreaking Capable Vessels or Vessel Designs that are Ready for Construction
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is conducting a Request for Information (RFI) to explore the availability of icebreaking-capable vessels or vessel designs that are ready for construction. The USCG aims to assess the capabilities of both domestic and international maritime industries to develop vessels that meet specific criteria, including a length of 360 feet or less, the ability to break through 3-foot thick ice, and a range of 6,500 nautical miles. This initiative is crucial for enhancing the USCG's icebreaking capabilities, which are vital for operations in Arctic regions. Interested parties must submit their responses electronically by 5:00 PM ET on April 25, 2025, and can reach out to Christopher A. Wellons or Kayode Adewole via email for further inquiries.
UCI SEDIMENT BOAT ENGINE REPLACEMENT
Buyer not available
The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotations from qualified small businesses for the replacement of the engine on the UCI Sediment boat. The project aims to replace the current underpowered Yamaha 200 HP jet engine with a more robust 250 HP propeller engine, which includes necessary installations for hydraulic steering and modern gauges to enhance operational safety and performance. This procurement is critical for ensuring the boat's functionality in sediment operations, and the contract period is estimated from May 20, 2025, to August 31, 2025. Interested vendors must submit their quotations, along with required documentation, by April 30, 2025, and direct any inquiries to Yangzhi Deng at yangzhideng@usgs.gov by April 23, 2025.