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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    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.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.