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
    Description

    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking proposals for the development of Whale Avoidance Training Modules specifically for Glacier Bay, Alaska. The objective is to create educational materials that will instruct mariners on effective techniques to prevent whale strikes, particularly focusing on humpback whales, utilizing advanced simulation technology to enhance training accuracy and safety. This initiative is crucial for preserving whale populations while ensuring safe navigation for large vessels in the region. Interested vendors must submit their proposals by May 7, 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
    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.
    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.
    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.
    The document addresses inquiries related to a Request for Quotation (RFQ) issued by the National Park Service (NPS) for a project involving whale encounter data and training modules. Key points include that contractors will have virtual access to NPS experts, with related travel costs covered by NPS, though restrictions on staffing and travel exist. The NPS possesses limited stock video footage of whales, but the contractor is responsible for sourcing additional materials independently. Furthermore, the NPS confirms that archived whale encounter data will be accessible to the contractor after the contract is awarded, as essential for the project's research component. Overall, the document outlines logistical assistance and data resources provided by the NPS while placing the onus on the contractor for comprehensive project development.
    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.
    This document is an amendment to a solicitation (No. 140P9725Q0024) issued by the National Park Service (NPS) Alaska Regional Office. The amendment serves to communicate important updates regarding the Request for Quote (RFQ). Key points include a provision of answers to vendor inquiries related to the RFQ and an extension of the RFQ closing date to May 7, 2025, at 5:00 p.m. EDT. Instructions for acknowledging receipt of this amendment are specified, along with the consequences of failing to comply with these acknowledgment requirements. The contracting officer responsible for this amendment is Ron Bunch, who can be contacted for any details or concerns. It is emphasized that all other terms and conditions of the original solicitation remain unchanged following this amendment. The document underscores regulatory compliance and procedural necessities associated with federal contracting processes, particularly focusing on effective communication with prospective vendors.
    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
    Steller Sea Lion Artificial Intelligence Image Processing and Counting Enhancement Effort
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole-source contract with Kitware, Inc. for the enhancement of artificial intelligence (AI) image processing and counting methods related to Steller sea lion populations in Alaska. The project aims to refine aerial imagery collection processes by improving existing detection and classification models, which are currently time-consuming and inaccurate, often relying on manual counting methods that can take up to four months. This initiative is crucial for effective conservation efforts, as it seeks to streamline monitoring processes and enhance data analysis capabilities for protected marine species. Interested vendors must submit their affirmative responses, demonstrating their understanding and capability to meet the requirements outlined in the Performance Work Statement, by 3:30 P.M. Pacific Standard Time on August 1, 2025, to Jamie Abu Shakrah at Jamie.AbuShakrah@noaa.gov.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    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.
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.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.
    USCGC HEALY SULZER ADVANCED ENGINE TRAINING
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), intends to award a Sole Source Firm Fixed Price Contract to Wartsila North America Inc. for the provision of Advanced Engine Maintenance Training for the USCGC HEALY. This specialized training, designated as course code 501425, is crucial for ensuring the proper operation and maintenance of the vessel, particularly during deployments in Arctic regions, and will be conducted over five days from March 16 to March 20, 2026, in Fort Lauderdale, Florida. Interested parties may submit inquiries or demonstrate their capability to compete by December 18, 2025, at 8:00 AM Pacific Time, to Ms. Donna O'Neal via email at donna.j.oneal@uscg.mil, although the decision to pursue competitive procurement remains at the Government's discretion.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    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.
    RFP 693JF726R000002
    Transportation, Department Of
    The Department of Transportation, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.