NOAA SHIP FAIRWEATHER OILYWATER PUMPOUT
ID: 1333MK25Q0076Type: Combined Synopsis/Solicitation
AwardedApr 9, 2025
$13.1K$13,085
AwardeeFULL CYCLE LLC 7843 N. Tongass Hwy Ketchikan AK 99901 USA
Award #:1333MK25P0092
Overview

Buyer

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

NAICS

Port and Harbor Operations (488310)

PSC

HUSBANDING SERVICES—REMOVAL SERVICES (M2AC)

Set Aside

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

    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified vendors to provide oily water pump-out services for the NOAA Ship Fairweather at the Ketchikan Pier Facility in Alaska. The procurement involves the removal and disposal of approximately 2,500 gallons of oily water, 300 gallons of used oil, and 100 pounds of oily rags, with services required between April 7 and April 22, 2025. This opportunity is categorized under NAICS code 488310 and is set aside for small businesses, emphasizing the government's commitment to fostering economic diversity in federal contracting. Interested vendors must submit their quotes electronically by April 8, 2025, including detailed pricing and compliance with federal labor standards, to Alexander.Cancela@noaa.gov.

    Point(s) of Contact
    CANCELA, ALEXANDER
    ALEXANDER.CANCELA@NOAA.GOV
    Files
    Title
    Posted
    The Women-Owned Small Business (WOSB) solicitation involves a request for quotes (RFQ) aimed at providing services related to the pump-off, removal, and disposal of oily water from the NOAA Ship Fairweather at the NOAA Ketchikan Pier Facility. The scope of the acquisition includes approximately 2,500 gallons of oily water, 300 gallons of used oil, and 100 pounds of oily rags, with a performance period set for April 7-22, 2025. This solicitation is specifically categorized under the NAICS code 488310 and is designated as a small business set-aside. Vendors are required to submit detailed quotes by April 8, 2025, including their availability, costs per gallons/pump out, and compliance with government terms. Additionally, subcontracting information and contractor qualifications must be provided. The document details the necessary requirements for submission, as well as contract clauses that include wage determinations under the Service Contract Act, emphasizing adherence to federal acquisition regulations. The focus on WOSB and small business participation underscores the government’s commitment to economic diversity and competitiveness within federal contracting.
    The document outlines the Statement of Work (SOW) for the disposal of oily waste from the NOAA Ship Fairweather, home ported in Ketchikan, Alaska. It specifies the requirements for the removal and disposal of approximately 2,500 gallons of oily water, 300 gallons of used oil, and 100 pounds of oily rags in Ketchikan during the ship's port calls on specific dates in March and April 2025. The disposal services must be conducted by vendors certified for pumping over water, utilizing a 2-inch CAMLOCK connection with hoses extending at least 30 feet. Rags would be bagged for easy removal. The services must be completed by April 22, 2025, as the ship will depart for its operational season thereafter. This SOW emphasizes the environmental responsibility regarding hazardous waste management in line with federal regulations and details the logistical framework for execution during the specified period.
    This document outlines key labor standards for contractors engaged in federal service contracts governed by the Walsh-Healey Public Contracts Act and the Service Contract Act. It mandates that employees must be paid no less than the federal minimum wage, with specific rates determined for certain contracts. Additionally, contractors are obliged to provide overtime pay at 1.5 times the regular rate for hours worked beyond 40 in a week, as well as comply with safety and health standards to ensure sanitary working conditions. The document emphasizes restrictions on child labor, stating that workers must be at least 16 years old for service contracts and provides guidelines regarding the responsibilities of prime and secondary contractors. It directs affected employees on how to obtain further information and file complaints regarding labor violations. The purpose of these regulations is to uphold fair labor practices in government contracts and protect employee rights during contract execution.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    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.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    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 an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    Emergency Response Basic Ordering Agreement
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of providing emergency response services through a Basic Ordering Agreement (BOA) for oil spill containment, cleanup, and mitigation across U.S. waters. The procurement aims to identify contractors who can deliver all necessary labor, materials, equipment, and supervision to effectively respond to hazardous substance incidents, with coverage extending to all U.S. territories, including Puerto Rico and Guam. This initiative is critical for maintaining environmental safety and compliance with the U.S. Coast Guard's Oil Spill Removal Organization (OSRO) Classification Program, which ensures that responders meet specific operational standards. Interested parties must submit their capability statements, including detailed company information and past performance records, to Susan B. Lawson at susan.b.lawson@uscg.mil and Axel Doody at axel.f.doody@uscg.mil by the specified deadline, as this notice serves solely for market research and does not constitute a solicitation for proposals.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    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.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    USCGC Kanawha Dock Side Exhaust Cleaning
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the cleaning of the exhaust system onboard the USCGC Kanawha, with the contract being set aside for small businesses. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the cleaning as outlined in the attached Statement of Work (SOW) and associated ship drawings. This procurement is critical for maintaining the operational efficiency and safety of the vessel, ensuring compliance with industry standards. Interested vendors must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and can contact Mr. Justin Austin at Justin.c.austin@uscg.mil or 985-273-4082 for further information.
    Hydrogen Purchase/Delivery to Miami, FL WFO
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hydrogen gas and cylinder rental services for the National Weather Service (NWS) Miami Weather Forecast Office (WFO). The procurement involves the purchase and delivery of a maximum of 230 full 300 CF hydrogen cylinders annually, with deliveries scheduled every two weeks, starting from January 1, 2026, through December 31, 2026, and includes four optional one-year extensions through December 31, 2030. This hydrogen is essential for various operational needs within the NWS, ensuring the agency can effectively carry out its weather forecasting responsibilities. Interested vendors must submit their quotes electronically by December 15, 2025, at 12:00 PM MST/MDT to Jamie.Rosales@noaa.gov, with the evaluation based on price and technical capability.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.