19--Alaska Fisheries Science Center Longline Charter
ID: 1305M325Q0073Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Coastal and Great Lakes Passenger Transportation (483114)

PSC

TRANSPORT VESSELS, PASSENGER AND TROOP (1910)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for chartered vessel services to conduct longline surveys in the Gulf of Alaska, Eastern Bering Sea, and Aleutian Islands Region during the years 2025 and 2026. The primary objective of this procurement is to assess the relative abundance, size composition, and age of key fish species, including sablefish and Pacific cod, while collecting essential biological data through tagging and otolith sampling. This initiative is crucial for sustainable fisheries management and aims to maximize economic returns from the survey catch, reflecting the government's commitment to responsible fishery resource management. Interested contractors must submit their quotations by March 7, 2025, and can direct inquiries to Amanda Rossiter at AMANDA.ROSSITER@NOAA.GOV.

    Point(s) of Contact
    ROSSITER, AMANDA
    AMANDA.ROSSITER@NOAA.GOV
    Files
    Title
    Posted
    This document outlines a Request for Proposals (RFP) for chartering a vessel to conduct fisheries research over specific years (2025 and 2026). It details required vessel characteristics, including specifications on the hull, power systems, fishing equipment, navigation electronics, and crew accommodations. Key sections include: 1. **Vessel Characteristics**: Information must be provided about vessel name, registration, dimensions, fuel capacity, and fishing equipment. 2. **Technical Requirements**: Descriptions of the main and auxiliary power systems, fishing gear, and communication systems are essential for evaluating the vessel’s capabilities. 3. **Safety Protocols**: There are safety equipment requirements and directives for the captain and crew concerning personal safety, emergency drills, and vessel maintenance. 4. **Past Performance**: A questionnaire for assessing the contractor’s history in conducting similar contracts is also included, ensuring reliability and compliance. 5. **Regulatory Compliance**: The document emphasizes adherence to federal and state safety laws, including drug and alcohol policies, and environmental regulations. Overall, the RFP seeks to ensure that the selected vessel and crew meet the necessary conditions for effective and safe fisheries research, reflecting the government’s commitment to quality and regulatory compliance in environmental management.
    The National Marine Fisheries Service’s Alaska Fisheries Science Center requires a contractor to provide a chartered vessel for longline surveys in the Gulf of Alaska, Eastern Bering Sea, and Aleutian Islands Region to assess sablefish and other groundfish populations. The surveys, taking place in 2025 and 2026, aim to determine the relative abundance, size composition, and age of important species, including sablefish and Pacific cod, while collecting valuable biological data through tagging and otolith sampling. The survey will be conducted over specified durations, with a focus on maintaining high standards for gear and safety. The contractor must provide a qualified crew and necessary equipment, ensuring daily operations accommodate both scientific objectives and marketable catch processing. Deliverables include a scientific cruise meeting operational requirements and a post-survey sales report. The document outlines detailed requirements for vessel capabilities, crew qualifications, scientific procedures, and compliance with environmental regulations. Overall, the purpose of this RFP is to ensure effective data collection for sustainable fisheries management while maximizing economic returns from survey catch, reflecting the government's commitment to maintaining fishery resources responsibly.
    The document outlines Amendment 0001 to Solicitation 1305M325Q0073, concerning a chartered vessel for longline surveys in Alaska's fisheries. It updates the solicitation title, revises line items, contract terms, and the Statement of Work (SOW) for the 2025 and 2026 surveys. The amendment also changes the deadline for receiving quotations from March 5 to March 7, 2025. The primary objective is to assess the abundance and size composition of commercially important species like sablefish and Pacific cod while collecting biological data. The SOW details the contractor's responsibilities, including providing a suitable vessel, gear maintenance, and coordinating with NOAA scientists. Key requirements include vessel specifications, crew qualifications, operational protocols, and deliverables like progress meetings and sales reports post-survey. The document emphasizes the need for compliance with safety regulations, quality control in data collection, and maximizing the commercial value of the catch. Overall, it reflects the government's commitment to scientific research and sustainable management of marine resources, ensuring accurate data gathering for long-term fisheries assessments.
    The document is a Request for Quotations (RFQ) from the Department of Commerce, seeking quotations for chartered vessel services to conduct longline surveys in the Eastern Bering Sea, Aleutian Islands, and Gulf of Alaska from May 20, 2025, to May 19, 2026. The RFQ includes details like submission deadline, contact information, delivery specifics, and contract terms and conditions. It comprises two main items: chartered vessel services and reimbursable fuel expenses, each with specified quantities and budgets. The scope of work is outlined, requiring adherence to federal, state, and local regulations, with provisions for payment, warranties, and compliance with laws applicable to government contracts. It mentions the importance of scientific integrity in research-related tasks and mandates proper training on sexual assault prevention for crew members. The contractor's obligations include providing necessary documentation, complying with insurance and safety standards, and ensuring accountability through regular reporting. This RFQ reflects the government’s commitment to gathering necessary data for marine research while maintaining regulatory compliance and promoting safe working environments.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NOAA Fisheries Office of Law Enforcement Fisheries Call Center Operation Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking sources for the operation of a fisheries call center to support the Alaska Enforcement Division of the National Marine Fisheries Service. The primary objective of this procurement is to establish a call center that efficiently manages and disseminates critical fisheries data, particularly related to Alaska's halibut, sablefish, and crab fisheries under Individual Fishing Quota (IFQ) programs and the Catch Sharing Plan (CSP). This initiative is vital for ensuring compliance with federal fisheries regulations and involves responsibilities such as data management, processing landing notices, and supporting compliance checks, all while maintaining confidentiality and data integrity. Interested contractors must submit a Capability Statement by the specified deadline, and inquiries can be directed to Kristen Picariello at kristen.picariello@noaa.gov or Kealie Chacon at kealie.chacon@noaa.gov.
    20--RFP for Class B Uncrewed Maritime Systems
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting proposals for the procurement of Class B Uncrewed Maritime Systems. The objective of this procurement is to acquire advanced maritime systems that will enhance NOAA's capabilities in marine research and monitoring. These systems are crucial for various applications, including environmental assessments and data collection in marine environments. Interested vendors should reach out to Andrew Northcutt at ANDREW.NORTHCUTT@NOAA.GOV for further details regarding the solicitation process.
    Universal Sonar Mount (USM) system replacement for
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to procure replacement Universal Sonar Mount (USM) systems for its Navigation Response Branch (NRB), which are critical for hydrographic surveys and emergency responses. The procurement involves six Hightower Sonar Mount systems and associated components that must be compatible with existing welded mounting plates on the vessels used by Navigation Response Teams. This equipment is essential for maintaining navigational charts and enhancing operational readiness, as the current systems have reached the end of their operational life after ten years of use. Interested small businesses must submit their quotes electronically by March 7, 2025, with an anticipated award date around March 21, 2025. For further inquiries, potential offerors can contact Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.
    NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel, S3008, located in Patuxent, MD. The procurement includes essential tasks such as hull inspection, surface preparation, application of epoxy primer and antifouling paint, and installation of impressed current cathodic protection systems, all to be completed within a 90-day performance period. This contract is vital for maintaining the operational integrity of NOAA's maritime assets and ensuring compliance with federal labor standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    SURTASS-E Long Term
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking information through a sources sought notice (N32205-SS-25-037) to evaluate the feasibility of chartering a vessel capable of towing a passive acoustic monitoring system for U.S. Navy operations. Interested vendors are required to provide details about a U.S. or foreign-flagged vessel that can operate globally, maintain consistent towing speeds of 4-6 knots for up to 60 days, and ensure heading stability, along with information on vessel classification, readiness timeline post-award, personnel accommodations, and associated costs. This procurement is crucial for supporting military operations and ensuring compliance with security and safety regulations, with a period of performance set for 334 days starting from March 31, 2025. Vendors must submit their detailed responses by February 27, 2025, and can direct inquiries to Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    NOAA NOS NGS Lidar System Maintenance, System Support, and Licensing
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors for the maintenance, system support, and licensing of its Leica Chiroptera-5 topographic/bathymetric lidar system, which is crucial for its Coastal Mapping Program. The procurement aims to secure comprehensive technical support for one year, with the option to renew for four additional years, ensuring rapid response to functional issues and high-resolution data collection in coastal zones. This lidar system is integral for surveying the National Shoreline and supports various applications, including emergency response and coastal change analysis. Interested parties must respond to the Sources Sought Notice by February 24, 2025, at 11:00 am ET, providing details about their capabilities and licensing, with submissions limited to ten pages. For further inquiries, contact Kirstin Bryant at Kirstin.bryant@noaa.gov or Nicole Lawson at Nicole.Lawson@noaa.gov.
    Kongsberg EM2040 Sonar Grooms
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors for the maintenance and repair of Kongsberg EM2040 sonar systems. The procurement aims to ensure the operational efficiency and reliability of these advanced sonar instruments, which are critical for various oceanographic and environmental monitoring applications. Interested parties should note that the primary contact for this opportunity is Stephanie Mas, who can be reached at STEPHANIE.MAS@NOAA.GOV or by phone at 303-578-6768 for further inquiries. This opportunity falls under the NAICS code 811210 and is categorized as a Special Notice, with no specified funding amount or deadline provided in the overview.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Buyer not available
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.
    Section 32 Pollock Products for use in Domestic Food Assistance Programs
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service, is soliciting bids for the provision of frozen Alaska Pollock products to support domestic food assistance programs. This procurement aims to secure multiple deliveries of Alaska Pollock fillets between April 16, 2025, and June 30, 2025, with a focus on ensuring compliance with federal regulations and reliable delivery performance. The solicitation includes specific requirements for bidders, such as electronic submission of offers and adherence to a probationary period for new contractors, which limits initial orders to 10 truckloads. Interested parties must submit their bids by February 27, 2025, and can contact Adele L. Jackson Croal at adele.l.croal@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
    SeaTrac USV Demo
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for a demonstration of the SeaTrac Unmanned Surface Vehicle (USV). This procurement aims to evaluate the capabilities of the SeaTrac USV in various operational scenarios, contributing to NOAA's mission of enhancing marine and atmospheric research. The demonstration is crucial for advancing technologies in search, detection, navigation, and guidance systems, which play a vital role in maritime operations. Interested parties can reach out to Benjamin Carlson at ben.carlson@noaa.gov or 206-526-4321, or Weiming Tan at Weiming.tan@noaa.gov or 516-737-1332 for further details.