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
    LAKE-REPAIR FIREBOAT FIRE DAMAGE
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the repair of Fireboat Brown, which has sustained fire damage. The project aims to restore the vessel to its original condition, requiring the replacement of a destroyed V-8 gasoline engine with a new marine-rated engine, installation of a new battery charging system, and replacement of damaged wiring and equipment, all in compliance with marine standards. This initiative is crucial for maintaining essential firefighting resources and ensuring the operational functionality of the vessel. Interested small businesses must submit their quotations by March 27, 2025, with the contract expected to be completed by October 31, 2025. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
    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.
    USCGC CYPRESS (WLB-210) DRYDOCK REPAIR FY2025
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repair of the USCGC Cypress (WLB-210), a 225-foot buoy tender, scheduled for fiscal year 2025. The procurement involves approximately 117 maintenance tasks, including inspections, preservations, and repairs, to be completed over a projected 99-day period from September 8 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring the Coast Guard's capabilities in maritime operations. Interested parties must respond by April 4, 2025, providing information on their business size, capabilities, past performance, and relevant certifications, with inquiries directed to Ou Saephanh at Ou.T.Saephanh@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil.
    BOATS, MOTOR, AND TRAILERS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotes for the procurement of boats, motors, and trailers as part of a Request for Quote (RFQ) initiative. The procurement includes specifications for two boat hauls, outboard motors, and corresponding trailers, with options for additional equipment contingent on available funding. This acquisition is crucial for enhancing the operational capabilities of the USGS, particularly in marine environments, while promoting opportunities for small businesses through a Total Small Business Set-Aside. Quotes are due by March 17, 2025, and interested vendors should contact Janice Moye at jmoye@usgs.gov for further details.
    DRYDOCK: USCGC BAILEY BARCO DD FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide drydock services for the USCGC Bailey Barco (WPC-154) for fiscal year 2025. The procurement involves comprehensive repairs and maintenance tasks, including hull inspections, propulsion system overhauls, and compliance with safety and environmental regulations. This contract is crucial for ensuring the operational readiness and integrity of the vessel, which plays a vital role in maritime safety and security. Interested parties should contact Torrie Jones at Torrie.M.Jones@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    19--Alaska Fisheries Science Center Longline Charter
    Buyer not available
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide chartered vessel services for longline surveys in Alaska's fisheries, specifically in the Gulf of Alaska, Eastern Bering Sea, and Aleutian Islands. The primary objective of this procurement is to assess the relative abundance, size composition, and age of key species such as sablefish and Pacific cod while collecting biological data for sustainable fisheries management during the surveys scheduled for 2025 and 2026. This opportunity is crucial for ensuring effective data collection that supports the responsible management of marine resources and maximizes economic returns from the survey catch. Interested parties must submit their offers by 2:00 PM Pacific Time on March 7, 2025, and can contact Amanda Rossiter at AMANDA.ROSSITER@NOAA.GOV for further information.
    Endeavor Boat Repairs & Modifications
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide maintenance, repair, and modifications for the vessel "R.V. Endeavor." The project includes tasks such as hull repair, exterior painting, mechanical work, window replacements, and updates to navigation electronics, all aimed at ensuring the vessel's operational safety for environmental monitoring purposes. This procurement is critical for maintaining government assets and enhancing their operational capabilities, with a Firm Fixed Price Purchase Order expected to be awarded. Quotes are due by 3 PM PDT on March 25, 2025, and interested contractors should contact Sherry Heibeck at SHeibeck@usbr.gov or call 916-978-6188 for further details.
    Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of the Special Purpose Craft - Heavy Weather Second Generation (SPC-HWX II). This initiative aims to design, construct, and deliver specialized vessels capable of performing critical missions such as search and rescue, law enforcement, and environmental protection under severe weather conditions. The SPC-HWX II is expected to operate effectively in heavy seas and extreme temperatures, with specific requirements for durability, safety, and operational capabilities. Interested contractors should contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil for further details, with a total estimated contract value of $1,660,000 over a seven-year period and proposals due by the specified deadlines.
    DOCKSIDE REPAIRS OF CGC ALEX HALEY (WMEC 39)
    Buyer not available
    The Department of Homeland Security, through the US Coast Guard, is seeking qualified contractors for dockside repairs of the Coast Guard Cutter ALEX HALEY (WMEC 39) at Paradigm Marine LLC in Kodiak, Alaska, scheduled from April 14 to June 11, 2025. The procurement involves a Request for Proposal (RFP) that outlines specific repair tasks, including fuel tank vent repairs, sewage piping renewals, and ballast tank inspections, with a focus on maintaining the vessel's operational readiness and compliance with federal standards. This opportunity is a total small business set-aside, emphasizing the importance of competitive bidding and adherence to environmental regulations throughout the repair process. Interested contractors should direct inquiries to Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or Robin B. Kloeppel at robin.b.kloeppel@uscg.mil, with a deadline for questions set for March 11, 2025.
    49--LAKE25-0034-RODDER PUMP REPLACEMENT
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors to provide repair services for the jet rodder pump on its Vactor 2100 Combination Sewer Cleaner truck, which is critical for maintaining park facilities at the Lake Mead National Recreation Area. The project involves replacing the leaking pump, conducting necessary repairs, and ensuring optimal operation within a strict timeline of 30 days from contract award, with a critical 14-day repair window. This procurement is essential for maintaining the infrastructure that supports park operations, reflecting the government's commitment to effective maintenance of public resources. Interested vendors must submit their proposals by the end of business on March 7, 2025, and can direct inquiries to Michelle Harrison at MichelleAHarrison@nps.gov or by phone at 760-367-5517.