J--CHIS -HAULOUT FOR SURF RANGER (LCM)
ID: 140P8425Q0010Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, 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 the Interior, through the National Park Service, is soliciting quotations for the Surf Ranger Haul Out project at Channel Islands National Park in Ventura County, California. The procurement involves the dry-docking and maintenance of the Surf Ranger, a 75-foot steel-hull landing craft, requiring services such as hauling, pressure washing, painting, and various repairs over an estimated eight-week period starting May 30, 2025. This project is crucial for maintaining the operational capabilities of the vessel, which is essential for transporting cargo to the park, and is set aside exclusively for small business concerns. Interested contractors must submit their quotes by May 23, 2025, at 12:00 PM PDT, and can direct inquiries to Rocio Gomez Macias at rocio_gomezmacias@nps.gov or by phone at 415-464-5204.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for the "Surf Ranger Haul Out" project at Channel Islands National Park in Ventura County, CA. Quotations are required to adhere to specified solicitation documents, covering both base and optional line items. Key components of the project include hauling, pressure washing, launching the vessel, and various repair tasks, such as preparing and painting the boat's bottom, and replacing propellers and bearings. There are specific contract line items (CLIN) for base work and optional items which specify anticipated quantities, although actual work hours will be determined post-inspection of the vessel. The document emphasizes accurate pricing submissions, including unit prices and extended totals. The RFQ process ensures that all potential contractors maintain compliance with federal requirements while bidding on the project. This documentation embodies the government's commitment to enhancing services at national parks through proper maintenance and care of assets.
    The National Park Service (NPS) has issued a Request for Quotation (RFQ # 140P8425Q0010) for the dry-docking and maintenance of the Surf Ranger, a 75-foot steel-hull landing craft used for transporting cargo to Channel Islands National Park. The contract requires the selected contractor to provide labor, materials, and equipment for tasks such as hauling, pressure washing, painting, and potentially repairing various components of the vessel over an estimated eight-week period starting May 30, 2025. Specific tasks include applying anti-fouling paint to the hull, replacing propellers, and addressing additional repairs as identified by inspections. The NPS will supply some materials, including paint and replacement parts. The contractor must adhere to strict specifications for painting, sandblasting, and welding while ensuring environmental protection during the project. The document emphasizes the contractor's accountability for maintaining safety and quality standards while completing assigned tasks within the budget and schedule constraints. The RFQ outlines a structured approach for potential bidders to submit their proposals while detailing the government's expectations and rights during the contract execution.
    This document is a Wage Determination Report from the U.S. Department of Labor regarding the Service Contract Act, specifically Wage Determination No. 2015-5625, Revision No. 23. It outlines minimum wage and fringe benefit requirements for various occupations in Ventura County, California. The report indicates that contracts awarded or renewed post-January 30, 2022, must pay workers at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour unless higher rates are specified. Included is a detailed table of wage rates for numerous occupational classifications, along with required fringe benefits, such as health care and vacation time. The document emphasizes compliance with Executive Orders related to paid sick leave and worker protections. Additionally, it details procedures for classifying and compensating workers not explicitly listed in the wage determination, facilitating adherence to labor laws for federal contracts. Overall, the report reflects the government's commitment to ensuring fair pay and proper benefits for contract workers in public service roles.
    The document outlines the Offeror Representations and Certifications for RFQ No. 140P8425Q0010, including specific provisions that must be completed depending on whether the offeror has registered in the System for Award Management (SAM). Key definitions include categories for small businesses, service-disabled veteran-owned businesses, and women-owned businesses, among others. Offerors must provide information regarding compliance with various federal regulations, addressing issues such as employment practices, tax liabilities, and business operations in specified regions. Additionally, the document requires certifications related to child labor laws and restrictions on telecommunications equipment and services. Other components include the Buy American Act certifications, Trade Agreement certificates, and assurances against certain business practices in regions like Sudan and Iran. Completion of the appropriate sections enables the offeror to legally participate in the solicitation process, ensuring adherence to federal contracting requirements. This RFQ attachment serves to guide businesses in preparing their proposals and confirms their eligibility for government contracts, reflecting the government's commitment to inclusivity and compliance with federal standards.
    The document is a form associated with RFQ NO. 140P8425Q0010, aimed at evaluating the experience and past performance of prospective quoters in fulfilling the requirements outlined in the solicitation provisions for commercial products and services. It instructs quoters to provide detailed information on previous projects similar in scope, including contract numbers, project amounts, titles, dates, agency references, and specific descriptions of the work performed. This information is intended to demonstrate the technical capability and reliability of the quoter for potential government contracts. The structure of the form requires quoters to fill in multiple instances of their past projects, effectively serving as a portfolio to facilitate the decision-making process regarding contract awards. Overall, the document is a critical component of the government’s procurement process, underscoring the importance of proven experience in selected vendors for delivering quality products and services.
    The Key Personnel Experience Form is an essential component of the RFQ NO. 140P8425Q0010, aimed at gathering qualifications for key personnel involved in the proposed project. Quoters are required to detail the relevant experience, education, certifications, and other qualifications of their key team members as outlined in the solicitation provisions. The form emphasizes the importance of job-related training, licenses, honors, and experience, requesting the inclusion of specific dates and state registration information if applicable. Personnel information is structured to capture the company name, job titles, years of experience with both the submitting firm and other firms, educational qualifications, areas of specialization, and professional registrations. This systematic approach is designed to assess the capabilities of the personnel that will be integral to fulfilling the project’s requirements. By focusing on the qualifications of key staff, the form ensures that potential quoters present their best resources for evaluation in a competitive procurement process, aligning with broader federal and state RFP standards.
    The National Park Service (NPS) requires contractor services for the dry-docking of the Surf Ranger, a 75-foot landing craft at Ventura Harbor, CA, scheduled to begin on May 30, 2025, with an 8-week completion timeframe. The contract encompasses various maintenance tasks, including haul-out, painting, and equipment replacement. The contractor is responsible for materials and execution, while the NPS will provide specific supplies like paint and replacement parts. Key tasks include pressure washing, painting the hull with designated anti-fouling paint, replacing propellers, and potential repairs to structural components. The contractor must follow industry standards for welding and painting, ensuring environmental protection during the process. Additionally, multiple optional tasks such as extra sandblasting and machining may be required, subject to the Contracting Officer's discretion after inspections. The document outlines government-furnished property such as paint and propellers, specifying that all work must occur within a 50-mile radius of the park headquarters. This proposal reflects NPS's commitment to maintaining its operational resources while adhering to strict quality and environmental standards in federal contracting processes.
    The document is an amendment to a solicitation (140P8425Q0010) from the National Park Service (NPS) regarding the Surf Ranger Haul Out (LCM) project at Channel Islands National Park. This amendment modifies the original solicitation by extending the quote due date from May 15, 2025, to May 20, 2025, closing at 2:00 PM Pacific Daylight Time. It specifies that only small business concerns may submit quotations; submissions from non-small businesses will not be considered. The period of performance for the project is set from May 30, 2025, to July 30, 2025. The document includes instructions for acknowledging receipt of the amendment, modifying existing offers, and terms applicable to amendments of solicitations. Contracting Officer Rocio Gomez Macias is the point of contact, providing both her email and phone number for inquiries. The document emphasizes the importance of compliance with deadlines and requirements, indicating that failure to submit properly acknowledged amendments may lead to rejection of offers, aligning with standard practices for government requests for proposals (RFPs).
    The document is an amendment to a solicitation (140P8425Q0010) related to a project for the National Park Service, specifically the Surf Ranger Haul Out at Channel Islands National Park (CHIS) in California. The amendment, identified as P0002, extends the due date for quotes from May 20, 2025, to May 23, 2025, at 12:00 PM Pacific Daylight Time and specifies a maximum distance requirement of 50 miles from park headquarters for service delivery. This solicitation is open only to small business concerns, and any submissions from non-small businesses will be deemed nonresponsive. The period of performance for the project is scheduled from May 30, 2025, to July 30, 2025. Moreover, it contains guidance for bidders regarding acknowledgment of the amendment and submission requirements, intending to ensure compliance and clarity in the bidding process. The contact for this contract is Rocio Gomez Macias, the Contract Specialist, who is reachable for further inquiries. This amendment underscores the government's effort to manage procurement efficiently, targeting specific business classifications while providing the necessary details for submission.
    The document outlines a Request for Quotation (RFQ) for the National Park Service regarding a project termed "Surf Ranger Haul Out" for the Channel Islands National Park. The RFQ solicits quotations from small business concerns for maintenance and repair work on small vessels and floating craft. Key details include submission requirements, evaluation criteria, and contract clauses, emphasizing the need for compliance with various Federal Acquisition Regulation (FAR) stipulations. The document specifies the timeline for service delivery, with a performance period from May 30, 2025, to July 30, 2025, and emphasizes the importance of past performance and relevant experience in assessing offers. Additionally, it requires bidders to demonstrate their ability to execute the project within the provided schedule, detailing necessary qualifications of key personnel involved. The RFQ specifies that proposals must include a Quote/Price Sheet and relevant documentation, such as experience and past performance records, while also outlining the electronic invoicing process for payment. Overall, this solicitation reflects federal efforts to engage small businesses in significant maintenance contracts while adhering to regulatory frameworks that ensure fair competition and quality service delivery.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SUPPLY, PROCUREMENT OF 25-FOOT VESSEL, OUTBOARD EN
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotes for the procurement of a 24 to 27-foot vessel, an outboard engine, and a trailer specifically for use at Biscayne National Park. The requirements include a robust fiberglass boat designed for daily maintenance operations, featuring an unsinkable self-bailing hull, heavy-duty rubrail, and a minimum five-year warranty, along with a preferred Mercury Marine 400 V10 AMS VERADO engine and essential safety equipment. This procurement is part of a Total Small Business Set-Aside under NAICS code 336612, emphasizing the importance of enhancing operational capacity in managing park resources while fostering small business participation. Quotes are due by 04:00 PM EST on June 19, 2025, with questions accepted until June 13, 2025; interested vendors should contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959 for further information.
    P--NPS GWMP Vessel Removal and Disposal Services
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified contractors to provide vessel removal and disposal services for two derelict vessels located within the George Washington Memorial Parkway (GWMP) and Dyke Marsh Wildlife Preserve. The primary objective of this procurement is to safely remove a 23-ft Tanzer sailboat and an estimated 35-42 ft Mainship power boat, ensuring compliance with environmental regulations and minimizing impact on the wildlife preserve. This opportunity is open to all qualified contractors under Full and Open Competition, with proposals due by July 3, 2025, and will be evaluated based on technical capability, past performance, and price. Interested parties can contact Hanna Mershman at hannamershman@ibc.doi.gov for further inquiries.
    19--32' RESEARCH VESSEL (ALUMINUM LANDING CRAFT) AK
    Buyer not available
    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking proposals for the procurement of a 32-foot aluminum landing craft research vessel intended for use in Glacier Bay National Park, Alaska. The vessel must adhere to U.S. Coast Guard regulations and include specific features such as a walk-around cabin, advanced electrical and navigation systems, and safety equipment, with a total delivery deadline set for 720 days post-award. This procurement is crucial for enhancing research capabilities and operational efficiency within national parks, ensuring compliance with safety and functional standards. Interested small businesses must submit their quotations electronically by June 16, 2025, with inquiries accepted until May 23, 2025; for further details, vendors can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
    J--HAULOUT OF THE R/V KIYI
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Geological Survey (USGS), is seeking proposals for the haulout, inspection, maintenance, and repair of the Research Vessel Kiyi, which is home ported in Ashland, Wisconsin. This procurement, categorized as a Total Small Business Set-Aside under NAICS Code 336611, requires contractors to perform a range of tasks including hull inspections, machinery overhauls, and compliance with safety and environmental regulations during the vessel's scheduled maintenance period from October 1, 2025, to May 1, 2026. The R/V Kiyi plays a crucial role in fisheries research in the Great Lakes, and maintaining its operational integrity is essential for ongoing scientific efforts. Interested vendors must submit their proposals via email to the designated contracting officer, Mary (Beth) Wilson, by the specified deadline, with the contract award following the Federal Acquisition Regulations for commercial item procurements.
    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 within the Lake Mead National Recreation Area. This project aims to enhance water access and infrastructure by constructing a moored breakwater, upgrading electrical systems, and implementing a UV treatment system to address contamination challenges. The estimated construction cost ranges from $5 million to $10 million, with a performance timeline of 580 calendar days post-award. Interested contractors must submit sealed proposals by June 23, 2025, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    Z--REPLACE AND REPAIR AQUATIC PARK RAILINGS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement and repair of railings at the Aquatic Park within the San Francisco Maritime National Historical Park. Contractors are required to provide all necessary labor, materials, equipment, and supervision to complete the project, which is estimated to cost between $100,000 and $250,000. This project is vital for maintaining the safety and aesthetic integrity of a historic site, ensuring compliance with federal standards, including wage determinations under the Davis-Bacon Act. Interested small businesses must submit their bids by June 16, 2025, following a mandatory site visit on May 29, 2025; for further inquiries, contact Patty Payne at PattyPayne@nps.gov or call 559-730-6435.
    USCGC TERRELL HORNE (WPC-1131) DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs of the USCGC Terrell Horne (WPC-1131) as part of a Sources Sought Notice. The procurement aims to identify potential sources for various repair tasks, including hull inspections, system overhauls, and preservation of structural components, with an expected repair period of 120 days starting January 13, 2026. This opportunity is crucial for maintaining the operational readiness of the vessel and reflects best practices in government contracting. Interested parties must submit their qualifications and relevant experience by July 1, 2025, and should be registered in the System for Award Management (SAM). For further inquiries, contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    GLCA REPAIR BOAT DRIVES
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors to provide maintenance and repair services for boat drives at the Glen Canyon National Recreation Area. The procurement aims to ensure the proper functioning of marine equipment, with a performance period scheduled from July 1 to August 29, 2025, and a total small business set-aside to encourage participation from small businesses, including those owned by service-disabled veterans and economically disadvantaged women. Interested contractors must demonstrate prior experience and technical capability in their quotes, which are due by June 30, 2025, and should be submitted via email to the contracting officer, Donald Tremble, at donaldtremble@nps.gov. Compliance with federal regulations and registration in the System for Award Management (SAM) is required for all participants.
    J--Salem Maritime National Historic Site Central Whar
    Buyer not available
    The National Park Service, under the Department of the Interior, is soliciting proposals for the repair and maintenance of the Central Wharf Dock at the Salem Maritime National Historic Site in Massachusetts. The project aims to enhance safety and functionality through structural repairs, cleaning, and recoating of the dock, with a focus on preserving historical integrity while ensuring public access during construction. This initiative is crucial for maintaining one of Salem's key waterfront facilities, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit their proposals by June 27, 2025, and can direct inquiries to Samuel McKenzie at samuelmckenzie@nps.gov.
    Dockside Repairs of CGC WAESCHE (WMSL 751)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for dockside repairs of the Coast Guard Cutter WAESCHE (WMSL 751) under Solicitation No. 70Z08525RLREP0014. The contract entails comprehensive maintenance and repair services, including cleaning and inspecting critical systems, with a performance period scheduled from October 20, 2025, to January 11, 2026, at the cutter's homeport in Alameda, California. This opportunity is vital for ensuring the operational readiness of the vessel, which plays a crucial role in maritime safety and security. Interested contractors must submit their proposals by 10:00 AM PST on July 7, 2025, and are encouraged to contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or Robin B. Kloeppel at Robin.B.Kloeppel@uscg.mil for further inquiries.