U--WHALE AVOIDANCE TRAINING MODULES - Glacier Bay AK
ID: 140P9725Q0024Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Computer Systems Design Services (541512)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 7:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking proposals for the development of Whale Avoidance Training Modules specifically for Glacier Bay National Park in Alaska. The objective is to create educational materials that will instruct mariners on effective techniques to prevent whale strikes, particularly focusing on humpback whales, using advanced simulation technology. This initiative is crucial for enhancing marine safety and protecting whale populations, as it aims to provide realistic training scenarios based on authentic whale behavior data. Interested vendors must submit their proposals by April 23, 2025, and can direct inquiries to Ronald Bunch at ronald_bunch@nps.gov or by phone at 907-201-7719.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 4:05 PM UTC
The document is a Wage Determination register issued by the U.S. Department of Labor under the Service Contract Act, detailing required wage rates and fringe benefits for various occupations in Alaska. It outlines that federal contracts subject to the Service Contract Act must comply with minimum wage rates as stipulated in Executive Orders 14026 and 13658, which set pay rates for contracted workers. For contracts commencing after January 30, 2022, the minimum wage is $17.75 per hour for specific workers. Additionally, the file lists detailed wage rates for numerous occupations, with specific rates based on skill levels and job classifications. The document emphasizes fringe benefits, including health and welfare benefits ($5.36/hour), vacation, and holiday pay. It also includes provisions regarding paid sick leave and special considerations for unlisted occupations requiring a conformance process. This wage determination is crucial for ensuring fair compensation and compliance with labor standards in government contracts, particularly in Alaska's defined boroughs. Overall, it establishes a framework for contractor obligations under federal hiring regulations and protects worker rights in government contract services.
The provided document appears to be an unintelligible representation of a government file that is likely corrupted or improperly formatted. Although it contains references to various components typically associated with federal grants and requests for proposals (RFPs)—such as budget figures, project descriptions, and timelines—these elements cannot be discerned due to the presence of non-standard characters and a lack of coherent text. In examining the context of government RFPs and grants, these documents generally serve to solicit offers from contractors or organizations for funding to achieve specific public objectives. The main topics typically include project outlines, eligibility criteria, funding amounts, application processes, and deadlines for submission. However, due to the current state of the document, any potential details or specific initiatives outlined cannot be accurately summarized or evaluated. Without clearer content or structural organization, it remains challenging to extract meaningful information or provide a comprehensive summary while adhering to the expected guidelines for clarity and coherence.
The document appears to contain data related to federal and state/local requests for proposals (RFPs) and grants, with a strong emphasis on project specifications and requirements for various initiatives. It includes important dates, project descriptions, eligibility criteria, and guidelines for submitting proposals. The key ideas include the necessity for compliance with established standards, thorough project planning, and the importance of maintaining safety and health protocols throughout project execution. It highlights the significance of collaboration among different stakeholders, such as government agencies and contractors, to ensure successful project delivery. Significant attention is given to environmental considerations and the management of hazardous materials, indicating that projects must include assessments to mitigate risks. The overarching purpose seems to facilitate transparency and support for potential applicants by providing structured information for navigating the funding and proposal process effectively. Overall, the document stresses the need for clear communication and adherence to regulatory frameworks within the context of government RFPs and grants, ensuring that all projects align with local and federal requirements.
Apr 2, 2025, 4:05 PM UTC
The document provides guidelines to mariners for avoiding whale strikes in Alaskan waters, emphasizing the safety of both marine vessels and whales. It outlines five key actions: maintaining a vigilant lookout for whales, gathering precise sighting information, planning routes around whale habitats, conducting discussions and drills to prepare for whale encounters, and making timely speed adjustments upon sighting a whale. It also details whale behavior, noting that humpback whales often dive for approximately 5.6 minutes and that mother and calf pairs pose specific visibility challenges. Mariners are advised to recognize whale diving patterns to anticipate surfacing. The document stresses that collisions can be reported to the NOAA and the U.S. Coast Guard to improve understanding of whale strikes and enhance safety measures. Given the increasing presence of both whales and vessels in these waters, maintaining awareness and employing these avoidance strategies is critical to reducing strike incidents.
Apr 2, 2025, 4:05 PM UTC
The Glacier Bay National Park (GLBA) is seeking to develop Whale Avoidance Training Modules to educate mariners on techniques to prevent whale strikes by large cruise ships, particularly the humpback whale. The project will utilize the Wartsila Class A DNV-certified Full Mission Bridge Simulator, which creates a realistic ship navigation environment. Key deliverables include four scripted training modules simulating common whale encounters, two workshops with National Park Service (NPS) experts to evaluate training accuracy, and three instructional videos for trainees and instructors. The modules will be based on authentic whale behavioral data and will enable trainees to practice whale avoidance tactics safely. The project emphasizes collaboration with experienced marine pilots as subject matter experts to ensure the curriculum's effectiveness and adherence to scientific principles of marine navigation. The timeline for completion is estimated to be 12-18 months, aiming to contribute to the preservation of whale populations while allowing for safe cruise ship operations in GLBA. The finished training materials are to be made publicly available to enhance whale avoidance practices globally.
Apr 2, 2025, 4:05 PM UTC
The document is an amendment to solicitation 140P9725Q0024, which outlines necessary procedures for acknowledging receipt of the amendment related to contractual offers. It specifies that acknowledgment can be done by completing copies of the amendment, electronic communication, or separate letters, and emphasizes that failure to receive acknowledgment by the specified deadline may lead to rejection of offers. The amendment's purpose is to incorporate two solicitation documents that were inaccessible via provided links, ensuring all terms and conditions remain unchanged. The contracting officer, Ron Bunch, is identified along with contact information. This amendment reflects standard practices in federal contracting by ensuring transparency and compliance in responding to solicitations, a vital aspect of governmental procurement processes. It highlights the importance of adhering to specified protocols for managing contract modifications within the federal grant and contracting framework.
Apr 2, 2025, 4:05 PM UTC
The document is a Request for Quotation (RFQ) from the National Park Service for Whale Avoidance Training Modules Service tailored for Glacier Bay National Park, Alaska. The solicitation outlines the intent to award a firm fixed price contract and emphasizes that the RFQ is open to all vendors, without a small business set-aside. Key dates include an open period from April 1 to April 23, 2025, with specific deadlines for vendor questions. The RFQ requires interested vendors to submit detailed proposals demonstrating their technical capabilities, previous similar project experience, and pricing. Essential document components include a project narrative, prior project references, and various contractor information. Compliance with federal regulations, including adherence to Service Contract Act wage determinations and representations regarding telecommunications equipment, is mandated. Evaluation criteria for quotes involve assessing technical capability, prior experience, and pricing to ensure the proposal represents the best value to the government. The comprehensive nature of the RFQ encompasses legal obligations and conditions for submission, indicating the complex regulatory landscape surrounding federal procurement processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
LEASE OF VESSEL
Buyer not available
The U.S. Geological Survey (USGS) is seeking quotations for the lease of a vessel to support marine geohazards missions, specifically for deploying geodetic stations and retrieving a wave glider in the southern Cascadia region. The procurement requires adherence to specific vessel specifications, operational safety measures, and qualifications for the vessel captain, with operations scheduled between July and September 2025. This opportunity is critical for scientific research and environmental monitoring, aligning with USGS's ongoing missions. Quotations must be submitted by April 17, 2025, and interested bidders should ensure they are registered in SAM.gov and comply with federal regulations, including insurance and safety equipment standards. For further inquiries, contact Victor Nuno at vnuno@usgs.gov or call 916-278-9442.
NAVIGATION, SEAMANSHIP, AND SHIPHANDLING TRAINERS (NSST) MODELING AND MODIFICATIONS
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking sources for modifications to the Navigation, Seamanship, and Shiphandling Trainers (NSST) Baseline 1 systems. The primary objective is to develop a new Ownship model and modify ship-to-ship physics interactions while ensuring that existing functionalities remain intact. This initiative is crucial for enhancing training systems that utilize proprietary VirtualShip technology, originally developed by General Dynamics Information Technology (GDIT). Interested parties must submit their technical capabilities, including company information and cost estimates, by 1 p.m. EST on April 21, 2025, to Mr. Mark Johnson at mark.e.johnson106.civ@us.navy.mil, with a copy to Mr. Issa Malki at issa.j.malki.civ@us.navy.mil. Note that this is a sources sought notice and not a request for proposals.
C--N168 ISRO 329584 Rehabilitate Washington Harbor
Buyer not available
The Department of the Interior, through the National Park Service, has issued a Request for Information (RFI) regarding the rehabilitation and extension of the Washington Harbor Dock at Isle Royale National Park. The objective of this project is to gather insights on cost-effective methods and materials to enhance the dock's capacity for the existing Ranger III vessel and the anticipated Ranger IV, as well as to establish a helicopter landing area for emergency use. This initiative is crucial for improving access and operational efficiency at the park, which is located on a remote island in Lake Superior and is closed to the public during winter months. Interested parties are encouraged to submit inquiries by April 8, 2025, and responses to the RFI by April 15, 2025, to the designated contacts, Rachel Dyer and Dane Cooper, via email.
M--Provide Moorage in Kodiak, AK for the NOAA Ship Ra
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified vendors to provide husbandry services for the NOAA Ship Rainier during its scheduled visit to the Port of Kodiak, Alaska, from May 23 to May 27, 2025. The procurement includes essential services such as moorage, line handling, garbage disposal, potable water supply, sewage management, and fuel delivery, with the contract structured as a firm fixed price based on best value criteria including experience, availability, and price. This opportunity is a 100% small business set-aside under NAICS code 488310, with a total contract value determined by actual costs incurred, and interested vendors must submit their quotes electronically by April 23, 2025, to Christopher Baker at christopher.baker@noaa.gov. For further inquiries, questions must be submitted in writing by April 18, 2025, to the same email address.
Request for Proposals to Provide Guided Interpretive Whitewater River Trips within Dinosaur National Monument
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for up to 11 Concession Contracts to provide guided interpretive whitewater river trips within Dinosaur National Monument in Colorado. The objective of this procurement is to enhance visitor experiences by offering educational and recreational river trips, which are vital for promoting outdoor activities and environmental awareness in national parks. Interested parties must submit a notice of intent to propose by July 9, 2025, and electronic proposals are due by July 23, 2025. For further inquiries, contact Jennifer Parker at jenniferparker@nps.gov, and additional information can be found in the Prospectus available at the NPS website.
R--RFI: Vessel and ROV Blake Plateau Investigation
Buyer not available
The Department of the Interior's Bureau of Safety and Environmental Enforcement (BSEE) is seeking information from vendors regarding their capabilities to provide vessel and Remotely Operated Vehicle (ROV) services for an investigation of the Blake Plateau. The primary objective of this procurement is to assess the ecological impacts of past deep-sea mineral extraction, focusing on geological and biological sampling, environmental condition analysis, and data delivery to government scientists. This project is critical for understanding the long-term effects of human activities on marine environments, with a performance period anticipated from April to July 2026, requiring approximately 10 days at sea. Interested parties must submit their responses to the Request for Information (RFI) by 5:00 P.M. Eastern Time on May 7, 2025, to William Rilee at William.Rilee@bsee.gov, including RFI No. DOIMFBO250007 in the subject line.
ShakeAlert Early Childhood Learning Resource Devel
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified vendors to develop educational resources for the ShakeAlert Early Childhood Learning Resource Development Project, aimed at enhancing earthquake preparedness among K-5 students. The project will focus on creating life safety education materials that integrate ShakeAlert technology, providing lesson packages, educator support materials, and multimedia aids, all designed to improve decision-making during earthquakes. This initiative is crucial for public safety, particularly in West Coast states where the ShakeAlert system is operational, and emphasizes collaboration among stakeholders to ensure effective outreach and education. Interested parties must submit their quotations electronically by April 22, 2025, with a performance period estimated from May 1, 2025, to April 30, 2026. For further inquiries, contact Yangzhi Deng at yangzhideng@usgs.gov or call 916-278-9326.
SAMA FRIENDSHIP REPAIR AND PMS
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting proposals for the maintenance and repair of the Sailing Vessel Friendship, located at the Salem Maritime National Historical Site. The project aims to ensure the vessel's compliance with safety and seaworthiness regulations, focusing on hull repairs, maintenance, and painting, particularly below the waterline using Coppercoat paint. This procurement is significant for preserving maritime history and ensuring the operational integrity of historic vessels. Interested small businesses must submit their quotes by April 23, 2025, following a pre-bid site visit on April 14, 2025, and can direct inquiries to Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145.
C--Notice of Intent - AE Title III Services.
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is issuing a Notice of Intent to solicit proposals for Architectural and Engineering (AE) Title III services related to a construction project at Wrangell St. Elias National Park and Preserve in Glennallen, Alaska. The procurement, guided by the Brooks Act, seeks firms with significant experience in designing complex water treatment systems under challenging conditions, emphasizing qualifications and competence. This initiative is crucial for enhancing park infrastructure while adhering to environmental and regulatory standards. Interested firms must submit their qualifications by April 16, 2025, and can direct inquiries to Amber Hughes at amberhughes@nps.gov.
3-Step Heavy Equipment Operator Training
Buyer not available
The Department of Defense, specifically the Puget Sound Naval Shipyard Intermediate Maintenance Facility (PSNS & IMF), is soliciting proposals for a 3-Step Heavy Equipment Operator Training program aimed at enhancing the skills of personnel at its Bremerton, Washington location. This procurement involves a non-personal services contract that includes an online training component, simulator training, and in-person qualifications for emergency response equipment operation, ensuring personnel are adequately prepared for their roles. The training program is crucial for maintaining operational readiness and safety standards within the shipyard, with a contract structure comprising a base year and two optional years for continued training and support. Interested vendors must submit their proposals, including pricing and required documentation, by April 24, 2025, and can direct inquiries to Leatha Brown at leatha.a.brown4.civ@us.navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil.