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 soliciting proposals for the procurement of a 65-foot Multi-Purpose Response Vessel for Glacier Bay National Park. This vessel, designated GLBA 339989, must be a high-speed, aluminum landing craft compliant with US Coast Guard regulations, equipped for emergency response operations, and capable of carrying a 45,000-pound deck load at speeds exceeding 30 knots. The initiative aims to enhance operational capabilities within the park, ensuring readiness for emergency situations while adhering to strict design and safety criteria. Proposals are due by September 25, 2024, with a delivery timeline of 24 months post-award, and interested parties can contact Ronald Bunch at ronald_bunch@nps.gov or 907-201-7719 for further information.

    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.
    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
    R--BOATMAN OPERATIONS LOGISTICAL SERVICES
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is soliciting proposals for Boatman Operations Logistical Services to support the Grand Canyon Monitoring and Research Center (GCMRC) from December 2024 to November 2029. The procurement aims to secure qualified personnel, including boat operators and field technicians, to facilitate approximately 20 to 30 annual river trips essential for ongoing environmental monitoring and research. This contract, set aside for small businesses, emphasizes the importance of skilled labor in executing vital ecological studies and ensuring compliance with safety and operational guidelines. Interested parties must submit their proposals electronically by October 15, 2024, with a maximum contract value of $8 million and an initial task order estimated at $600,000. For further inquiries, contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    The National Park Service (NPS) will release a prospectus on September 3, 2024, soliciting proposals to award a ten (10) year concession contract to provide guide tours of historic buildings within the Kennecott Mines National Historic Landmark.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is set to release a prospectus on September 3, 2024, inviting proposals for a ten-year concession contract to provide guided tours of historic buildings at the Kennecott Mines National Historic Landmark in Alaska. The selected contractor will be responsible for delivering engaging and informative tours that highlight the historical significance of the site, which is a key attraction within the national park system. A site visit is scheduled for September 13, 2024, at 10:00 AM, allowing interested parties to familiarize themselves with the location and requirements; registration details can be found in the prospectus available on the NPS Commercial Services website. For further inquiries, potential bidders can contact Mark Keogh at markkeogh@nps.gov or David Lucas at davidlucas@nps.gov.
    V--AK NPS EU Helo
    Active
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Helicopter Services at Denali National Park in Talkeetna, Alaska, under Solicitation 140D0424R0032. The contract aims to provide fully operated helicopter services for a guaranteed period of 120 days, with potential extensions, to support various government missions, including search and rescue, fire management, and law enforcement. This initiative represents a significant investment of $8 million over five years, emphasizing the importance of safety, compliance with FAA regulations, and effective communication between the contractor and the government. Interested contractors must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with inquiries directed to Jennifer Arthur at jenniferarthur@ibc.doi.gov.
    19--CERC Tracker Boat with Motor & Trailer
    Active
    Interior, Department Of The
    The U.S. Geological Survey's Columbia Environmental Research Center (CERC) is seeking proposals for the procurement of an 18-foot aluminum jet drive boat with a trailer, specifically designed for operation in shallow, high-gradient waterways for fishery research. The boat must be equipped with a Mercury four-stroke 80 HP outboard jet motor, a squared-off bow, and a minimum capacity rating of 2,000 lbs, along with specific trailer requirements to ensure safe transport. This acquisition is a Total Small Business Set-Aside, emphasizing participation from service-disabled veteran-owned small businesses, with the Request for Quote (RFQ) scheduled for issuance on August 30, 2024, and quotes due by October 8, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    STLI 324873 Phase II Temporary Relocation of Ferry
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the STLI 324873 Phase II Temporary Relocation of Ferry Embarkation and Security Screening Operations in Battery Park, New York. This construction project, set aside for qualified 8(a) small businesses, aims to facilitate the relocation of ferry operations and enhance security measures, with an estimated budget between $5 million and $10 million. The contractor will be required to adhere to federal regulations and guidelines, ensuring quality and compliance throughout the project, which is scheduled to commence on December 2, 2024, and conclude by June 30, 2025. Interested parties should submit sealed offers and may contact Marc Nguyen at marcnguyen@nps.gov or 720-448-1166 for further information.
    Z--FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing new, compliant facilities, while adhering to historical preservation standards and environmental regulations. This initiative is crucial for maintaining operational capacity at these national historic sites, ensuring they remain accessible to the public. Interested contractors should note that the proposal deadline is October 15, 2024, and can contact Brenda Smith at brendasmith@nps.gov or 720-315-2035 for further information.
    Synopses - Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II), which involves the design and construction of up to six boats capable of operating in challenging maritime conditions. These vessels will support critical missions such as Search and Rescue (SAR), Marine Safety, and Law Enforcement, particularly in the Pacific Northwest, where they must endure severe weather conditions. The contract will be awarded as a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a three-year base ordering period and an optional four-year extension, and proposals are expected to be evaluated based on technical merit, past performance, and pricing. Interested contractors should prepare for the Request for Proposal (RFP) release anticipated in late November 2024 and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil.
    CGC ALERT DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for the FY2025 dockside repairs of the USCGC ALERT (WMEC-630), which is home ported in Cape Canaveral, FL. The procurement aims to identify capable sources for a comprehensive scope of work that includes cleaning, inspecting, and potentially refurbishing various vessel components over a 59-day period starting May 5, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a significant role in maritime safety and security. Interested contractors should respond by September 30, 2024, and provide essential company information, including size classifications and necessary certifications, while ensuring they are registered with the System for Award Management (SAM). For further inquiries, contact Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at kaity.george@uscg.mil.
    Solicitation for proposals for a new concession contract to operate lodging, food and beverage, retail, and other services at Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge within Olympic National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a new twelve-year concession contract to operate lodging, food and beverage, retail, and other services at various locations within Olympic National Park, including Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge. The selected concessioner will be responsible for providing a range of services, including campground rentals and firewood, enhancing visitor experiences in this popular national park. Interested parties are encouraged to attend a site visit on September 18, 2024, with registration required by September 16, 2024, and must submit a "Notice of Intent to Propose" by November 21, 2024. Proposals must be submitted electronically by December 19, 2024, and inquiries can be directed to Kimberley Gagliolo at kimgagliolo@nps.gov.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine amphibious water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The procurement aims to secure four contractor-operated and maintained aircraft, which must meet specific FAA airworthiness criteria, including a tank capacity of 800 US gallons and the capability to operate from gravel runways. This contract is crucial for ensuring effective fire management during the fire season, with services anticipated to be required annually from May 20 to August 2, following a five-year ordering period starting April 1, 2025. Interested bidders should note that the solicitation is expected to be issued around September 23, 2024, and can contact Heather Sizick at heathersizick@ibc.doi.gov for further inquiries.