Oscar Dyson FSV Midlife Extension Program
ID: 1305M224R0018Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Ship Building and Repairing (336611)

PSC

TRANSPORT VESSELS, PASSENGER AND TROOP (1910)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the Oscar Dyson FSV Midlife Extension Program, aimed at overhauling and upgrading the NOAA Ship Oscar Dyson. The procurement involves extensive maintenance and modernization tasks, including structural repairs, propulsion enhancements, and the installation of new systems such as a Diesel Exhaust Fluid (DEF) tank, with a strong emphasis on compliance with federal standards and environmental regulations. This initiative is crucial for maintaining the operational efficiency and capabilities of NOAA's fisheries survey missions. Interested parties must submit their proposals by September 16, 2024, and can direct inquiries to Shawn Griscom at Shawn.Griscom@noaa.gov or Ashley Perry at ashley.perry@noaa.gov.

    Files
    Title
    Posted
    This document serves as Amendment 0001 for a government RFP related to ship repair services, providing critical questions and answers regarding project execution. Key inquiries include the vessel's displacement upon arrival, which will range between 2200-2300 metric tons, with stipulations that only replaceable equipment may be removed for weight reduction. It addresses advanced invoicing practices for significant expenditures like new engines, directing contractors to refer to specific clauses for proper procedures and payment methods. The amendment clarifies that the location of the contractor's facility will be evaluated based on RFP guidelines, underscoring the importance of site suitability in the selection process. The responses are intended to guide contractors on compliance with government standards while ensuring smooth project progression.
    The document outlines Amendment 0002 to solicitation number 1305M224R0018 for the NOAA Ship FSV Oscar Dyson Midlife Extension Program. Its primary purpose is to release a series of questions and answers regarding work items, detailing responsibilities for inspection, replacement, and repair of vessel components. Key changes include clarifications on technical requirements, proposal submission guidelines, and updates to solicitation instructions. Offerors must adhere to specific formatting, content, and submission protocols. The document emphasizes the importance of clarity in proposals, outlining evaluations based on technical capabilities, management approaches, past performance, and pricing strategies. The amendment aims to streamline communication, enhance compliance with government requirements, and ensure efficient evaluation of submitted proposals before the closing date on September 2, 2024. The outlined criteria illustrate the government's intent to retain accountability, quality assurance, and robust contractor performance in fulfilling the contract's objectives.
    The document is an amendment (0003) to solicitation 1305M224R0018, issued by NOAA regarding a contract for services related to the Oscar Dyson FSV MEP. This amendment includes responses to questions posed by bidders about the terms, performance bonds, and specifications outlined in the initial solicitation. Key clarifications include the requirement for performance bonds to be submitted within 10 days of contract award, with the bond amount reduced from 20% to 10%. Additional details address discrepancies in specifications pertaining to spare parts and materials required for certain modifications, indicating that contractors must supply specific items while the government will provide furniture. The document also specifies that certain contractual conditions must be adhered to, including bonded guarantees and warranty periods related to equipment delivery. Overall, this amendment seeks to clarify procedural aspects and refine the expectations for contractors involved in the procurement process. The amendment reflects the government’s commitment to transparency and compliance within the bidding framework while ensuring clarity in contract terms.
    The document outlines Amendment 0004 for the solicitation 1305M224R0018 regarding the NOAA Ship Oscar Dyson FSV Midlife Extension Program. It communicates amendments related to proposal submissions, including acknowledgment requirements and modifications to work items. Key updates include responses to potential contractors' questions regarding specific work items, including discrepancies in fan lists, drawing clarifications, and hydraulic servicing procedures. The amendment extends the proposal submission deadline to September 16, 2024. The document delineates required proposal volumes: a Business Proposal (Volume I), a Technical Proposal (Volume II), and a Price Proposal (Volume III). Each volume has specified contents and formatting instructions, including provisions for addressing past performance and management strategies. The focus on contractor qualifications, with emphasis on clear proposal organization and adherence to the solicitation terms, illustrates the government's commitment to find qualified bidders for complex ship repair work. This amendment sets the framework for responding to the RFP while clarifying expectations for proposals to enhance transparency and compliance in the bidding process.
    The document is an amendment (0005) to federal solicitation 1305M224R0018, primarily providing responses to questions regarding various work items connected to maintenance and modifications on NOAA vessels. Key topics addressed include specifications for air circulation units (ACUs), hydraulic hoses, and the overhaul of a Marine Sanitation Device (MSD) system. NOAA clarifies that images of existing units will not be provided, but detailed drawings and specifications have been shared. Furthermore, the need for updated technical documentation is emphasized, along with references to specific manuals and drawings essential for accurate pricing and technical adherence. NOAA reaffirms specifications concerning materials and units, while also clarifying the scope of information provided in technical manuals and updating document references accordingly. This amendment indicates a commitment to maintaining clarity and accuracy within the contracting process, essential for successful execution of the project aligned with federal requirements. Overall, the amendment reflects a standard practice within government RFP processes to ensure thorough communication and documentation among contractors and federal agencies.
    The document is an amendment (0006) to solicitation number 1305M224R0018, issued by the EAD-OMAO in Norfolk, VA. It serves to update work specifications related to a vessel repower project, specifically addressing changes in paragraphs 3, 4.10, and 4.12 of the work specification. Additionally, it includes an updated attachment detailing Government Furnished Material. Offerors must acknowledge receipt of this amendment through specified methods to ensure their proposals are considered, as failure to do so may lead to rejection. This amendment underscores the importance of compliance with updated solicitation requirements and the submission of relevant modifications before the specified deadline. Overall, it reflects the ongoing process of soliciting and managing government contracts, highlighting procedural necessities critical for contractors’ submissions in federal procurement settings.
    The document outlines a solicitation for bids on the NOAA Oscar Dyson Fisheries Survey Vessel Midlife Extension Program, designated as Contract Number 1305M224R0018. It is structured into several sections, detailing the solicitation type, invitation specifics, and bid evaluation factors. The project's scope includes 91 base work items and 19 optional work items focused on vessel repair and refurbishing, with a strong emphasis on compliance with federal contracting regulations, targeting small business participation as a primary objective. The solicitation includes specifications for the required services, such as labor rates, materials handling fees, and detailed performance timelines extending until April 25, 2027. Key personnel qualifications and insurance requirements are also stipulated to ensure the contractor's capability. The document emphasizes adherence to the Federal Acquisition Regulation (FAR) and outlines conditions for payment, including invoicing procedures and performance assessments. This procurement highlights a significant federal commitment to enhancing marine resource management through vessel upkeep, contributing to the operational efficacy of NOAA’s fisheries programs while ensuring compliance with small business regulations.
    The NOAA Ship Oscar Dyson Fisheries Survey Vessel (FSV) Midlife Extension Program outlines comprehensive specifications for a significant overhaul of the vessel, originally built in 2005. The project covers various critical areas including the installation of a Diesel Exhaust Fluid (DEF) tank, structural repairs, and various upgrades to propulsion and auxiliary systems. Detailed plans include replacing the trawl gallows, relocating the net sonde winch, and implementing electrical and mechanical modifications, all while adhering to stringent quality and safety standards set out by NOAA and the American Bureau of Shipping (ABS). Each work item specifies the necessary references for compliance and documentation, emphasizing the involvement of certified professionals for inspections and testing. The goal is to ensure the vessel's operational reliability and compliance with updated environmental regulations, enhancing its capabilities for fisheries survey missions. This program reflects a coordinated effort between government entities to modernize important maritime assets while prioritizing regulatory adherence and operational efficacy.
    The document outlines the specifications for a midlife extension program for the NOAA Ship Oscar Dyson, focusing on various repairs and upgrades necessary for the vessel's continued operation. Key areas of work include structural repairs to the hull, propulsion system updates, electrical system overhaul, and equipment replacement. Specific tasks involve the installation of a new Diesel Exhaust Fluid (DEF) tank, repowering the vessel with new engines, and upgrading mission-critical systems like navigation and communication equipment. The document is structured to detail various work items categorized by function, including hull and propulsion work, electrical upgrades, and auxiliary systems maintenance. Each section describes the scope of work, reference documents, requirements for materials, quality assurance processes, and necessary testing and inspections. The purpose of this document aligns with government standards for RFPs and grants, aiming to enhance the ship's capability and compliance with updated environmental regulations. The emphasis on thorough inspection, quality control, and regulatory compliance ensures that the work completed on the Oscar Dyson adheres to federal and industry standards, reflecting the government's commitment to maintaining operational efficiency in its fleet.
    The document outlines the specifications for the Midlife Extension Program (MEP) of the NOAA Ship Oscar Dyson, focusing on various maintenance and upgrade tasks to enhance the vessel's performance and compliance with modern standards. Key items include installation of new systems such as a Diesel Exhaust Fluid (DEF) tank, structural repairs to the hull, and modifications to operational equipment like the trawl gallows and mast. Each section details extensive work and materials needed, referencing applicable standards and drawing documents to ensure regulatory compliance and safety. The scope of work covers mechanical, electrical, and structural aspects, aiming to extend the vessel's operational lifespan and improve its capabilities. The document serves as a comprehensive guide for contractors undertaking the repairs, outlining quality assurance measures, required inspections, and systematic procedures. Overall, it reflects the government's commitment to maintaining and upgrading critical research and survey vessels in support of NOAA's mission.
    The NOAA Ship Oscar Dyson Fisheries Survey Vessel Midlife Extension Program outlines comprehensive specifications for the overhaul and upgrade of the vessel, originally delivered in 2005. The program focuses on multiple areas, including hull structural repairs, propulsion enhancements, and replacement of various essential systems and components. Key tasks include the installation of a Diesel Exhaust Fluid Tank, alterations to the hull and house structures, and upgrades to the ship's navigation and communication systems. The document systematically details specific work items, referencing required standards and relevant engineering documents, emphasizing safety, regulatory compliance, and operational efficiency. Each work item is structured to provide clear guidelines for monitoring, testing, and installing new systems while maintaining existing infrastructure. The vessel repowering with Tier 4 engines and the relocation of critical operational equipment are particularly noted. Overall, the Midlife Extension Program serves to ensure the longevity and functionality of the NOAA Ship Oscar Dyson, enhancing its capabilities for fisheries surveys while adhering to established maritime standards and environmental regulations.
    The NOAA Ship Oscar Dyson is undertaking a Midlife Extension Program aimed at enhancing its fisheries survey capabilities through various structural, electrical, and propulsion upgrades. This comprehensive work specification details numerous tasks, including the installation of a Diesel Exhaust Fluid (DEF) tank, structural repairs, and the replacement of critical components such as the trawl gallows and mast. Key activities involve relocating instruments, enhancing the hull's integrity, repowering the vessel with new engine systems, and updating radar and communication equipment. The guidelines stipulate adherence to stringent standards and regulatory compliance, ensuring all modifications align with ABS and NOAA specifications. The project's intent is to improve vessel performance, safety, and operational efficiency, reinforcing the NOAA's commitment to effective marine research and resource management.
    The NOAA Ship Oscar Dyson Midlife Extension Program (MEP) involves extensive upgrades to the vessel, built in 2005, aimed at enhancing its capabilities and extending its operational lifespan. Key tasks include installing a Diesel Exhaust Fluid (DEF) tank and delivery system, structural repairs to the hull and house, relocating the net sonde winch, and replacing the trawl gallows and main mast. Each task is detailed with specific requirements for materials, construction methods, and compliance with regulatory standards, including ABS and NOAA specifications. The DEF installation involves creating a new internal tank and various supporting systems, while structural repairs focus on welding and fabrication using ABS-approved materials. The relocation of the winch entails removing existing connections and modifying the structure for the new location. The replacement of the mast includes removing the existing one and installing a new, identical structure, ensuring the proper installation of antennas and other equipment. Each work item includes stringent testing and quality assurance protocols to ensure successful completion and regulatory compliance. This comprehensive program represents NOAA's commitment to maintain and enhance the operational capabilities of its research vessels.
    The document outlines a comprehensive price schedule for a federal task order requesting proposals (TORFP) related to maintenance, repair, and upgrades of marine vessel components. It details various work items categorized into Hull, Propulsion, Electrical, Mission, Auxiliaries, Outfitting/Preservation/Furnishing, Engineering/Integration, and Support/Services. Each section lists specific tasks with quantities and indicates a total estimated cost of $0.00 for all base work items, suggesting that pricing is either yet to be established or the tasks are part of an initial assessment. Additionally, the document includes optional work items and additional growth items, reflecting potential expansions to the contracted scope of work alongside anticipated costs for labor and materials. This RFP format is typical in government contracts, aiming to solicit competitive bids while ensuring transparency and appropriate allocation of funds. The overarching purpose of the document is to facilitate the procurement of services necessary to maintain and enhance vessel capabilities, ultimately ensuring operational readiness in maritime operations.
    The document outlines the requirements for Offerors submitting proposals for the NOAA Ship Oscar Dyson FSV Midlife Extension Program, referenced as solicitation 1305M224R0018. It instructs Offerors to list up to five past contracts relevant to the solicitation, which may include Federal, State, local government, and commercial contracts executed within the previous five years. Each entry must include detailed information such as contract number, points of contact, ship details, customer agency, contract titles, financial metrics, and contractual performance periods. The guidelines allow for multiple listings under certain contract types and emphasize the importance of isolating relevant past performance information for clarity and evaluation. The document serves as a crucial reference for assessing Offeror qualifications based on their historical contract performance in relation to the specified requirements of the program. It emphasizes compliance and transparency in the contracting process, key for federal government requests for proposals (RFPs).
    The Past Performance Questionnaire is a tool used to evaluate a contractor's performance on a specific contract referenced by a unique contract number. This evaluation is conducted by an appointed evaluator who provides their contact information and submits the completed questionnaire by a specified deadline. The assessment focuses on three key performance areas: Quality of Service, Schedule, and Management. Each area is rated using an adjectival system ranging from Exceptional to Unsatisfactory, with clear definitions provided for each category. The purpose of the evaluation is to gauge how well the contractor meets contractual obligations, adheres to schedules, integrates activities, identifies problems, and implements corrective actions. The evaluator is also encouraged to provide comments on each aspect assessed, enabling a more comprehensive understanding of the contractor's effectiveness. This document is critical within the context of federal RFPs (Requests for Proposals) and grants, as thorough evaluations of past performance inform decision-making related to contracting and funding, ensuring that taxpayer resources are allocated efficiently and responsibly.
    The J.13 AIRs Process Document outlines the procedure for managing Additional Item Requirements (AIR) during the NOAA Ship Oscar Dyson FSV Midlife Extension Program. This process begins with the contractor submitting a Condition Found Report (CFR) to the Contracting Officer’s Representative (COR) and the contracting team. The COR responds with a Condition Report Response (CRR), which may include a notice of an AIR. If an AIR is needed, it is sent to the contracting team, which then issues a Request for Pricing (RFP) to the contractor. The contractor must respond within three days with a quotation that analyzes how the additional work impacts the project timeline and outlines potential alternatives to maintain the original completion date. This quotation is reviewed and may involve negotiations before the Contracting Officer signs a Notice to Proceed (NTP). The AIR integrates into the contract, and multiple authorized AIRs may be consolidated into a single modification. This structured approach ensures clarity in managing additional requirements while minimizing disruption to the project timeline and maintaining compliance with government contracting standards.
    The document outlines the requirements and conditions for a Payment Bond for contracts other than construction, as mandated under the Federal Acquisition Regulation (FAR). It specifies that the Principal—typically a contractor—must ensure timely payments to all claimants for labor and materials associated with the contract. If such payments are not made, claimants may take action against both the Principal and Surety within specified time frames. Key points include the necessity of a bid bond execution date aligning with the bid opening, the requirement for a legal entity to serve as Surety, and conditions under which the bond becomes void or remains in effect. The document also emphasizes the importance of formal notification to the Principal by claimants regarding unpaid dues, which must be dispatched within ninety days from the last labor or material provision. This form aims to protect the financial interests of all parties involved and is crucial for compliance with government contracting protocols. The structure of the document includes sections for entering the Principal and Surety details, stipulating bond conditions, and providing instructions for completion, reinforcing its role in federal and state/local RFPs.
    The document outlines the Performance Bond for contracts other than construction, specifying its purpose as a guarantee for the fulfillment of contractual obligations by the principal. It emphasizes that the bond becomes void only if the principal meets all contractual agreements, extending to option terms and authorized modifications without needing notice to the surety. The form requires the legal name and address of the principal and sureties, the bond amount, and signatures from authorized representatives, including the requirement for corporate seals where applicable. Additionally, instructions clarify the necessity of supporting affidavits for individual sureties and stipulate that all modifications to the bond must adhere to the government standards. Overall, the document serves to provide assurance to the government regarding contract performance, ensuring compliance with federal standards while minimizing risk in government RFPs and contracts.
    This document outlines the specific contract definitions and work requirements for the repair and modification of the NOAA Ship OSCAR DYSON. The primary purpose is to set standards for the contractor regarding scope, references, general and specific work requirements, and safety regulations to ensure regulatory compliance and functional integrity of the vessel. Key sections include detailed requirements for welding processes, structural modifications, piping, electrical, and HVAC modifications, as well as removal, installation, and management of interferences. The contractor is responsible for delivering the vessel in a fully operational state while adhering to safety requirements such as fire protection and gas-free certification for workspaces. The document emphasizes the importance of documentation, including qualifications for personnel and inspections of welding and modifications. It specifies the procedures for ensuring safety during the repair work. The completion of all tasks is contingent on a thorough inspection and certification by the Contracting Officer's Representative (COR) to confirm that all work meets the regulatory standards set forth by ABS, USCG, and other relevant bodies. Overall, this comprehensive set of stipulations is designed to ensure the vessel is maintained at a high standard throughout the repair process.
    The NOAA Standard Specifications document outlines critical standards and procedures for the maintenance and repair of NOAA ships. Key specifications include guidelines for conducting inspections and repairs regarding dry docking, electrical machinery overhaul, circuit breaker servicing, cathodic protection, and maintenance of propulsion systems. The document details requirements such as advance notifications for inspections (termed CHECK POINTs), thorough cleaning protocols, maintenance of quality assurance standards, and necessary documentation of inspections and repairs. Specific sections elaborate on operational protocols, including the contractor’s responsibilities for providing materials, services, and ensuring new parts meet original specifications. The emphasis is placed on safety precautions and adherence to environmental regulations during operations like fuel transfer and hazardous material handling. The document serves as a comprehensive framework for contractors engaged in operational tasks related to NOAA vessels, ensuring all work is conducted efficiently, accurately, and in compliance with federal standards. Overall, it reflects NOAA's commitment to maintaining the integrity and functionality of its fleets while ensuring operational safety and environmental compliance.
    The document serves as an appendix listing various technical manuals, ship system documents, and commercial equipment references related to naval operations and maintenance. It categorizes its content into three main sections: Ship Technical Manuals, Ship Specific References, and Commercial Equipment References. The technical manuals include detailed information on systems such as machinery control, HVAC, and fire detection, along with specific equipment manuals for components like pumps, thrusters, and cranes. Additionally, there are ship-specific references related to the OSCAR DYSON, detailing maintenance and operational components such as hydraulic hoses and hull gauging reports. The commercial references provide vendor details for diverse equipment ranging from air systems to marine winches. This document is likely part of a government Request for Proposals (RFP) or grant process, emphasizing the need for technical information and equipment specifications in the context of naval system procurement and maintenance contracts. Its structured presentation ensures easy navigation of technical references critical for contractors and government agencies involved in marine operations. Overall, this comprehensive reference guide supports the procurement process by ensuring that stakeholders have access to essential technical information needed for effective decision-making in ship system management and maintenance.
    The provided document outlines guidelines for the application of plastic pipes on ships, as endorsed by the International Maritime Organization (IMO) through Resolution A.753(18). It addresses the increasing interest in using non-steel materials in maritime piping systems, which lack specific regulatory requirements. The guidelines include criteria for material design properties, performance in various conditions, and quality control standards required for manufacturing. Key sections detail requirements for fire endurance, impact resistance, material compatibility, and electrical conductivity, necessary to ensure ship safety and compliance with international standards. The document serves as an advisory framework for maritime administrations to assess and approve the use of plastic piping systems, accounting for safety, functionality, and technical specifications, while allowing flexibility for emerging technologies. Additionally, it emphasizes rigorous testing protocols, quality assurance during manufacturing, and installation methods to achieve compliance and safety standards on board ships. Overall, the guidelines aim to facilitate the responsible deployment of plastic piping in marine environments, ensuring operational efficiency and safety.
    Appendix F includes a comprehensive listing of drawings pertinent to a federal project involving vessel design and modifications. It provides a detailed inventory of drawings, each identified by a specific drawing number, capturing various elements such as equipment arrangements, piping assemblies, structural details, and HVAC modifications. Among the referenced documents are revisions and new additions addressing machinery arrangements, cooling systems, and water system modifications related to berthing conversions. The collection aims to support the technical and operational requirements outlined in the project's specifications, ensuring that all relevant design considerations are documented for review and implementation. The precise organization of drawings allows stakeholders to easily access essential information for the project, facilitating compliance with regulatory and safety standards. Ultimately, this appendix serves as a critical resource for crews and engineers involved in the vessel’s construction and operational readiness, reflecting the government's commitment to rigorous engineering standards and project accountability.
    The NOAA Ship OSCAR DYSON MEP Appendix G outlines a comprehensive list of Government Furnished Materials (GFM) for maintenance and upgrades on the vessel. Key components include trawl blocks, antennas (VHF and HF), various marine radar systems, multiple pumps for fire and seawater applications, and essential parts for the ship's engineering operations—such as bearings, propeller blades, and overhaul kits for fire and cooling systems. Additionally, items related to accommodations and kitchen facilities, like joiner panels, bunk units, and kitchen equipment, are specified. The document serves as a resource for contractors involved in the ship's maintenance, detailing necessary materials and supporting equipment for specific work items identified in related RFPs and grants. This document facilitates organized procurement and serves critical operational needs, ensuring the vessel is adequately equipped for its missions. Overall, it reflects NOAA's structured approach to managing resources effectively within federal guidelines.
    The document outlines the Government Furnished Material (GFM) for the NOAA Ship OSCAR DYSON, specifying items required for various maintenance and operational tasks. Key components include four Gleipnir trawl blocks, numerous radar and antenna replacements, propulsion and bearing components, and vital systems such as fire pumps, air conditioning plants, and reverse osmosis units. It details specific quantities and types of equipment, such as VHF antennas, chill water pumps, and various appliances for the ship's galley and living quarters. The list underscores both operational needs and upgrades necessary for maintaining the ship’s capabilities. This document is crucial for contractors responding to solicitations related to the vessel's upkeep and modernization under federal guidelines, enabling them to understand the exact requirements and materials provided by the government.
    The NOAA Ship OSCAR DYSON is set for a propulsion system modernization as part of its Midlife Extension Program (MEP). The initiative aims to replace obsolete components in the Low Voltage Direct Current (LVDC) propulsion system to enhance operational efficiency and fulfill environmental standards. This document outlines the technical specifications for contractors selected as Single Source Vendors (SSVs), responsible for engineering, materials, installation, and commissioning of the updated LVDC propulsion system. Key requirements include the integration of three diesel generator sets, which must be identical in rating, along with compliance to various standards such as IEEE and ABS for marine services. The propulsion system emphasizes noise reduction, vibration levels, and reliability, ensuring that failure of one component does not compromise overall function. The document also details the electric plant setup, including load management and safety protocols during the transition from the legacy system to the new configuration. This modernization effort illustrates NOAA's commitment to upgrading its fleet while prioritizing operational safety and efficiency, ultimately enabling enhanced fisheries management capabilities.
    This document outlines the deliverables required for federal and state/local Requests for Proposals (RFPs), detailing the submission requirements and deadlines for various reports and certifications. It includes items such as the SF33 form, necessary representations, resumes of key personnel, insurance certificates, and performance bonds due after contract awards. Additionally, it mandates a series of reports and required equipment specifications at different project checkpoints and toward the end of contracts, emphasizing the importance of timely submissions for compliance. The document highlights assessments, training certifications, technical documentation, and revised drawings that must be submitted at stipulated times throughout the project lifecycle. The wide array of deliverables specified indicates a structured approach to ensure accountability and thorough oversight within government contracting processes, emphasizing compliance with the Federal Acquisition Regulation (FAR) guidelines and other relevant authorities. This comprehensive list aims to streamline the proposal evaluation process and facilitate effective project execution within given timelines.
    The document provides comprehensive installation instructions for the Roxtec R transit sealing system, which is essential for ensuring the integrity of cable and pipe entries in various settings. Key components include the Roxtec R frames, lubrication, and sealing modules. Technical specifications for different frame sizes are detailed, including aperture dimensions, packing space, required torque, and tool sizes. The installation process is outlined in a step-by-step format, emphasizing the importance of proper torque application and lubrication to achieve an effective seal and ensure reliability. It also specifies the necessity of using authorized components and adherence to specific storage and installation guidelines to maintain system certification and performance. The document concludes with a disclaimer regarding liability and performance guarantees related to unauthorized modifications or use. This instruction manual is crucial for entities involved in federal RFPs, grants, and local projects needing rigorous protective measures in installations, thereby illustrating the importance of adhering to industry standards for safety and functionality.
    The document provides installation instructions for the Roxtec® rectangular cable entry sealing system, highlighting the importance of using all original components for optimal performance and certification. It details installation steps, starting with measuring the frame height and preparing the installation area with lubrication. Modules are adapted and inserted according to a predetermined plan to ensure proper sealing, followed by securing stayplates and wedges. The instructions also outline procedures for disassembly and re-installation, emphasizing the importance of maintaining cleanliness and lubricating surfaces throughout. A disclaimer clarifies that Roxtec assumes no liability for damages incurred through improper installation or use of non-authorized components. This detailed guidance is crucial for federal projects that require adherence to specifications and safety standards, addressing compliance for government contracts. The information stresses the necessity of following the installation process meticulously to ensure effective sealing against various hazards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FY 25 INTERMEDIATE DRYDOCKING AND REPAIRS TO NOAA SHIP GORDON GUNTER
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide intermediate drydocking and repairs for the NOAA Ship Gordon Gunter for fiscal year 2025. The procurement involves comprehensive maintenance services, including inspections and repairs to ensure the vessel's operational readiness for NOAA's research missions, with a focus on adhering to safety and quality standards. This contract is critical for maintaining the functionality of NOAA's fleet, which supports vital environmental and oceanographic research. Interested vendors must submit their quotes electronically by September 16, 2024, and can request specification documents by contacting Michelle Blake at michelle.blake@noaa.gov or Andrew J. Northcutt at Andrew.Northcutt@noaa.gov.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.
    Synopsis - USNS YUKON ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking proposals for the regular overhaul and dry docking of the USNS YUKON (T-AO 202). The contract will require the contractor to prepare for and accomplish the specified work in accordance with the work item package, with the anticipated performance period set from November 4, 2024, to January 17, 2025, at the contractor's facility located within the continental United States (CONUS). This procurement is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in supporting naval operations. Interested parties can access the solicitation, expected to be released around September 2, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module, and should direct any inquiries to Marcin Krauze at marcin.krauze.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    Request for Information: CHARTERED VESSEL TO CONDUCT LONGLINE SURVEY IN THE EASTERN BERING SEA, THE ALEUTIAN ISLANDS REGION, AND THE GULF OF ALASKA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is conducting a Request for Information (RFI) for the charter of a vessel to perform longline surveys targeting sablefish and other groundfish in the Eastern Bering Sea, Aleutian Islands Region, and Gulf of Alaska. The primary objectives of this procurement include assessing fish abundance, tagging species for migration studies, and collecting biological data to support effective fisheries management. This initiative is crucial for enhancing the understanding of groundfish resources, which are vital for sustainable fisheries practices. Interested vendors are encouraged to submit their capabilities statements by September 23, 2024, to Contracting Officer Crystina Jubie at Crystina.R.Jubie@noaa.gov, and may also participate in a virtual industry day scheduled for the week of September 30, 2024.
    7B--Provide Spare Machinery Control System for NOAA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified vendors to provide spare components for the Machinery Control System (MCS) aboard the NOAA Ship Ferdinand R. Hassler. The procurement includes specific Siemens components, such as programmable logic controllers and various input/output modules, with quantities specified in the attached documentation. These components are critical for maintaining the operational efficiency and safety of the ship's systems. Interested vendors must submit their quotations electronically by September 6, 2024, and ensure compliance with all documentation requirements, including SAM registration and acknowledgment of solicitation amendments. For further inquiries, vendors can contact Alexander Cancela at alexander.cancela@noaa.gov.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    USNS MATTHEW PERRY (T-AKE 9) regular overhaul and dry-docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting bids for the regular overhaul and dry-docking of the USNS MATTHEW PERRY (T-AKE 9), scheduled from February 17, 2025, to May 17, 2025. This procurement involves comprehensive ship repair services, including addressing various requests for clarification (RFCs) and revisions to work items, as outlined in multiple amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of the vessel, which is crucial for naval logistics and support missions. Interested contractors can reach out to Thomas White at thomas.l.white222.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details, with key deadlines for submissions extended as per the latest amendments.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    Consulting services for chemometric model building, experimental testing, and analytical services from FT-NIR spectra of fish otoliths
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking consulting services for chemometric model building, experimental testing, and analytical services related to FT-NIR spectra of fish otoliths. The primary objective is to develop predictive models for fish age and sex from various species' otoliths, as well as to conduct experiments to understand the effectiveness of these models and the impact of damaged otoliths on predictions. This work is crucial for enhancing the efficiency of fish ageing processes, which support stock assessments for fishery management. Interested parties may contact Shawana Randolph at shawana.randolph@noaa.gov, with the contract expected to run from October 1, 2024, to March 31, 2026. This procurement is intended to be negotiated on a sole-source basis with Eigenvector Research, Inc., due to their unique qualifications and prior investments in training and software compatibility.