NOAA Ship Sette Requires Port Services in Saipan
ID: 1333MK25Q0094Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Port and Harbor Operations (488310)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

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

    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide port services for the NOAA Ship Sette during its scheduled visit to Saipan from June 6 to June 15, 2025. The required services include mooring, sewage pump-off, water supply, vehicle rentals, and coordination for mail delivery, all aimed at supporting the ship's operations while it undergoes repairs. This procurement is significant as it facilitates the ship's oceanic research missions, ensuring compliance with federal labor standards and safety regulations. Interested parties must submit their quotations electronically to Christopher Baker at christopher.baker@noaa.gov by the specified deadline, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents Wage Determination No. 2015-5693 issued by the U.S. Department of Labor, outlining wage and fringe benefit requirements under the Service Contract Act (SCA) for federal contracts in Guam, Northern Marianas, and Wake Island. Effective from January 30, 2022, contractors must pay a minimum wage of $17.75 per hour or the higher applicable wage from the determination, adjusted annually. The document details various occupational classifications, their corresponding wage rates, and fringe benefits, including mandatory health and welfare contributions of $5.36 per hour. Additionally, it sets forth regulations regarding paid vacation, holidays, and worker classifications that may require adjustments if unlisted positions are involved. The wage determination includes provisions for health and safety differentials based on job risks, uniform allowances, and specific conformance guidelines for newly identified job classifications. Overall, this wage determination aims to ensure fair compensation and worker protections for those engaged on federal contracts, delineating clear responsibilities for contractors to maintain compliance with federal labor standards.
    The Statement of Work outlines the requirements for husbanding, docking, and associated services for the NOAA Ship Oscar Elton Sette during its scheduled visit to the Port of Saipan from June 6 to June 13, 2025. As a research vessel conducting oceanic research in the Marianas, it will require various services facilitated by a port agent. The scope includes coordination of supplies, medical assistance, pier space, pilot and tugboat arrangements, potable water access, sewage disposal, waste management, and ground transport for official use. The contractor is responsible for ensuring compliance with local regulations, providing an itemized cost breakdown of services, and being available 24/7 during the port visit. The document emphasizes the necessity for high-quality services, contingency measures for changes in operations, and the importance of effective coordination with other contractors. Overall, the SOW serves to ensure that the ship's port visit is supported comprehensively to facilitate its research objectives while adhering to governmental and safety standards.
    This document outlines the labor standards and employee rights associated with federal contracts subject to the Walsh-Healey Public Contracts Act and the Service Contract Act. It emphasizes that contractors must pay at least the federal minimum wage and adhere to specific health and safety conditions. Overtime must be compensated at a rate of 1.5 times the regular wage for hours exceeding 40 per week, with restrictions on employing individuals under 16 years of age. Contractors working under the Service Contract Act (SCA) must provide not just monetary wages but also fringe benefits. The Walsh-Healey Act prohibits the utilization of convict labor or child labor under 16, while contractors are held responsible for violations by their secondary contractors. Notices regarding minimum wage and safety standards must be posted, and employees must be informed of their rights and compensation upon beginning work on these contracts. The document serves as a guide to ensure compliance with federal labor laws and to protect the rights of employees engaged in government contract work.
    The government document outlines a solicitation for services to support the operations of the NOAA Ship Sette, specifically focused on port services including mooring, sewage pump-off, water supply, vehicle rentals, and coordination for mail delivery to the vessel. The acquisition is set as a firm-fixed-price contract under the Women-Owned Small Business (WOSB) program, with the performance period from June 6, 2025, to June 15, 2025. Key aspects of the solicitation include requirements for technical acceptability, past performance references, and adherence to various federal regulations, including wage determinations under the Service Contract Act. The document stresses the importance of maintaining safety, proper working conditions, and wages for laborers involved in service contracts. It also details evaluation criteria for bids, indicating the weight of past performance and technical capabilities over price. Overall, the document serves as a comprehensive guide for potential offerors regarding compliance with government contracting provisions while encouraging participation from women-owned businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Southeast Fisheries Observer Programs
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry-dock repair services for the USCG Station Apra Harbor (45762) RB-M, located in Santa Rita, Guam. The procurement aims to identify sources capable of fulfilling the agency's requirements for a firm-fixed-price contract with an anticipated performance period of 91 calendar days in FY26. This opportunity is critical for maintaining the operational readiness of the vessel, which has geographical restrictions limiting transit to within 320 nautical miles of its station, although contractors outside this range may still be considered with additional cost factors. Interested parties must submit their qualifications, including company details and past performance, by December 19, 2025, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil.
    USCGC REEF SHARK DD FY26
    Buyer not available
    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.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. This procurement requires firms to possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy, as the work involves critical maintenance tasks such as chemical flushing of sewage systems and replacement of piping, scheduled from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Interested contractors must submit their proposals by December 11, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    Source Sought for Guam Tugs Support
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from qualified vendors for the provision of two U.S. flag tractor tugs to support harbor operations and ship handling services at Naval Base Guam. The procurement includes a base period from March 1, 2027, to February 29, 2028, with four additional option periods extending through January 31, 2032, and encompasses services such as towing, pilot transfers, emergency support, and line handling, with tugs required to be available 24/7 and meet specific operational criteria. This opportunity is critical for ensuring effective maritime operations in the region, and interested parties must submit their company details, business size, financial capability, estimated daily rates, fuel consumption, and tug specifications by December 9, 2025. For further inquiries, vendors can contact Ashley M. Smith-Sallinger at ashley.m.smith357.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    L019 - Safe Haven lay/docking services.
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    52000QR260001351 USCGC WILLIAM HART HULL INSPECTION AND ZINC REPLACMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform a hull inspection and zinc replacement for the USCGC William Hart, located in Honolulu, Hawaii. The contractor will be responsible for conducting a thorough inspection and cleaning of the vessel's underwater body, including hull plating, coating systems, transducers, and drive systems, as well as renewing zinc anodes. This procurement is critical for maintaining the operational integrity and safety of the vessel, ensuring compliance with safety regulations and standards. Interested small business vendors must submit their proposals, including a detailed cost breakdown and relevant documentation, by December 10, 2025, with the work scheduled to take place between December 1 and December 19, 2025. For further inquiries, vendors can contact Timothy Ford or Joshua Miller via their provided email addresses.