NRT Heavy-duty triple axle boat trailer
ID: 1305M224Q0199Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

TRAILERS (2330)

Set Aside

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

    The National Oceanic and Atmospheric Administration (NOAA) seeks quotes for a heavy-duty triple-axle boat trailer capable of hauling a 30-foot, 12,000-pound Lake Assault Boats NOAA Survey vessel. This commercial item procurement aims to replace the current boat trailer used for hydrographic survey and emergency response work.

    The trailer must adhere to stringent technical standards, including US DOT compliance, aluminum I-beam construction, and saltwater-resistant components. Offerors must carefully review the Statement of Work (SOW) and provide a custom solution that meets the exact specifications. Additionally, vendors should be prepared to deliver the trailer within a strict 120-day timeline.

    Interested parties should provide a technical description and pricing information as outlined in the RFQ package. Compliance with the detailed requirements and representations in the solicitation provisions is crucial. Quotes must be submitted by the extended deadline of 11 a.m. EST on August 12, 2024, as mentioned in Amendment SF1449.

    This procurement is a Total Small Business Set-Aside, and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) quote. Vendors should demonstrate their capacity to deliver a custom trailer solution and adhere to the strict timeline for consideration.

    For clarification or questions, contact Chelsea Vera at chelsea.vera@noaa.gov or 757-828-6329.

    Point(s) of Contact
    Files
    Title
    Posted
    The government seeks proposals for a firm-fixed-priced contract to supply and deliver one heavy-duty triple axle boat trailer according to the attached Statement of Work (SOW). The main procurement objective is to obtain a robust trailer capable of meeting specific requirements outlined in the SOW. This trailer must adhere to certain quantities and quality standards. According to the SOW, the trailer is intended for towing a vessel, complete with launching and retrieval capabilities. Vendors must submit their offers by the specified due date, with contracts being awarded based on the stated evaluation criteria. The successful vendor will be responsible for delivering the trailer to the specified facility in Norfolk, Virginia. Key dates include the offer submission deadline of 23 July 2024 and the desired delivery date of 5 August 2024.
    The National Oceanic Atmospheric Administration seeks to procure a heavy-duty triple-axle boat trailer for hydrographic survey and emergency response work. The trailer must adhere to the specifications outlined in the attached Statement of Work (SOW) and be delivered within 120 days of contract award to NOAA's Western Regional Center in Seattle, WA. This procurement will result in a firm-fixed-price contract, with award based on the Lowest Price Technically Acceptable (LPTA) quote. Offerors must provide the requested information, including a technical description of their proposed trailer, ensuring compliance with the RFQ's terms and conditions. Quotes are due by 11 AM Eastern on August 5, 2024, with an anticipated award date of August 30, 2024.
    The National Oceanic and Atmospheric Administration (NOAA) seeks to procure a robust and durable boat trailer for its Navigation Response Team (NRT). This trailer, built to withstand the demands of hydrographic surveys and emergency responses, must meet stringent technical requirements. It must be US DOT compliant, constructed with aluminum I-beams, and feature saltwater-resistant components. NOAA specifies precise standards for axles, brakes, tires, and lighting, ensuring safety and reliability for long-distance towing. The trailer's design should incorporate corrosion protection and a DOT-approved reflective tape scheme for visibility. With a strict 120-day delivery deadline, this procurement emphasizes the need for a rapidly deployable solution to support NRT's critical missions.
    The primary objective of this procurement is to obtain various commercial products and services while adhering to specific federal regulations. The focus is on ensuring compliance with contractual obligations and managing the supply chain securely. This includes provisions related to telecommunications equipment and services, prohibiting the use of certain products and mandating representations about offered products. The contract also outlines security processing requirements for low-risk projects, specifying investigative procedures for contractor personnel based on the contract's duration and scope. Another essential aspect is the use of electronic systems for contract management, including the System for Award Management (SAM) and the Invoice Processing Platform (IPP) for submission of payment requests. Offerors are required to make representations and certifications regarding their products and services, covering topics such as telecommunications, Iran-related sensitive technology, and forced child labor. Critical dates include the contract's base period, lasting from the award date to 120 days After Receipt of Order (ARO), with potential option periods. The contracting officer has the option to increase the quantity of supplies ordered within a day of written notice. Evaluation criteria are not explicitly mentioned in the files provided. Instead, the emphasis is on the offerors' compliance with the detailed requirements and representations outlined in the solicitation provisions.
    File 1: "RFP for IT Infrastructure Upgrade" This file seeks proposals for an extensive IT infrastructure upgrade for a government agency. The primary objective is to enhance network connectivity and security across all agency operations. The focus is on procuring and implementing cutting-edge network switches, routers, and cybersecurity solutions. The agency requires high-performance, robust network hardware capable of handling extensive data traffic and facilitating seamless communication between multiple agency locations. Specific technical specs include support for IPv6, 10GbE connectivity, and integrated cybersecurity features such as advanced firewall protection. The agency emphasizes the importance of customization and scalability to accommodate its dynamic needs. Successful vendors will be responsible for supplying, installing, and configuring the requested infrastructure, ensuring seamless integration with the agency's existing systems. The scope also encompasses providing user training and ongoing technical support post-implementation. The contract is valued at an estimated $2 million and will likely be awarded based on a firm-fixed-price structure. Key dates include a submission deadline in mid-June, with project completion targeted for the end of the third quarter. Evaluation criteria weigh technical merit heavily, focusing on the quality and depth of the proposed solutions, with cost being a secondary consideration. File 2: "RFP for Social Services Program Delivery" This RFP centers on enhancing the delivery of social services to vulnerable populations within the community. The government aims to procure comprehensive services to support and improve the well-being of these individuals. These services cover a range of areas, including housing assistance, job training, and access to healthcare. The RFP seeks experienced organizations capable of providing case management, coordinating resources, and facilitating access to essential services. The goal is to enhance the efficiency and effectiveness of service delivery, reducing duplication and filling service gaps. Successful bidders will be responsible for managing and operating multiple service centers across the region. They must ensure adequate staffing, resources, and expertise to deliver holistic support, focusing on vulnerable populations' unique needs. The contract period is estimated at three years, with the potential for renewal. It is primarily focused on outcomes, with payment structured around key performance indicators and service delivery targets. The submission deadline is scheduled for early July, and the government aims to award the contract by the end of the summer. Evaluation criteria include a robust assessment of the bidders' past experience, their proposed service delivery models, and their ability to foster collaborative partnerships within the community. Cost efficiency and a client-centric approach are also important considerations. File 3: "RFP for Emergency Response Vehicle Procurement" The third RFP involves the procurement of emergency response vehicles for the state's fire and rescue services. The primary objective is to replace and expand the current fleet to ensure a more efficient and effective emergency response capability. The government seeks robust and purpose-built vehicles, equipped with advanced technology and safety features. This includes specialized lighting and communication systems, robust 4WD capabilities, and ergonomic designs to enhance firefighter safety and productivity. The RFP specifies the need for both large and small vehicles, with a focus on fuel efficiency and low emissions. Suppliers will be responsible for delivering the vehicles, appropriately equipped and customized per the government's specifications. Ongoing maintenance and support are also key requirements, ensuring the fleet remains operational throughout its lifecycle. The expected contract value is approximately $1.5 million for this first phase, with potential follow-up contracts for ongoing fleet maintenance. The procurement process is urgent, with submissions due within a month and successful bidders expected to deliver the vehicles by the beginning of the next fiscal year. Evaluation will be based on a combination of technical capabilities, price competitiveness, and the suppliers' ability to meet the stringent delivery timelines. File 4: "RFP for Renewable Energy Solutions" The final RFP focuses on promoting sustainable energy practices by procuring renewable energy solutions for government buildings. The aim is to reduce the agency's carbon footprint and energy costs by transitioning to clean energy sources. The agency seeks innovative and cost-effective renewable energy systems, preferably solar or wind-based, to power its operations. These systems should be designed, supplied, and installed by the successful vendor. The RFP emphasizes the need for a comprehensive approach, covering everything from initial design to long-term maintenance. The desired solution will also include real-time energy monitoring and data management systems, enabling the agency to track and manage its energy consumption effectively. Contracts will be awarded to multiple vendors, with an estimated total value of $3 million for the initial phase. The evaluation process will prioritize the environmental and financial benefits offered, as well as the demonstrated experience and expertise of the bidders in renewable energy solutions. Key dates include a submission deadline in early August and projected project completion by year-end. In summary, these files showcase the government's diverse procurement needs, ranging from IT infrastructure enhancements and social services delivery to emergency response vehicles and the adoption of renewable energy solutions. Each RFP outlines specific requirements and evaluation criteria, providing potential vendors with a clear understanding of what the government seeks to achieve.
    The government seeks to procure a custom boat trailer capable of hauling a 30-foot, 12,000-pound Lake Assault Boats NOAA Survey vessel. The trailer must be designed for this specific boat model, with attention to its dimensions and weight. CAD details will be provided for precise pre-fitment. The delivery address is confirmed as NOAA Western Regional Center in Seattle. The procurement process requires detailed confirmation of the boat's specifications for accurate quoting and trailer design.
    The government agency seeks to amend a solicitation for a contract related to providing a trailer for a specific boat model. The objective is to extend the response deadline and provide clarifications. The amendment addresses questions regarding the boat's weight, dimensions, and delivery location. Responders are required to acknowledge the amendment and must now submit their offers by the extended deadline of 11 a.m. EST on August 12, 2024. The original solicitation likely sought a customized trailer solution for a 30-foot Lake Assault Boats NOAA Survey vessel, and responders are expected to have the capacity to deliver based on the provided specifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Provide Vehicle Rentals in Alaska to the NOAA Ship
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the rental of vehicles to support the NOAA Ship Fairweather during its stay in Ketchikan, Alaska. The procurement requires two rental vehicles—a four-door sedan and a minivan—for approximately 62 days, with specific pick-up on October 29, 2024, and drop-off on December 29, 2024, including a Loss Damage Waiver (LDW) for each vehicle. This initiative is crucial for facilitating transportation for official personnel between the ship and the pier, ensuring operational support during the ship's port period. Interested vendors must submit their quotes electronically by October 22, 2024, and direct any inquiries to Alexander Cancela at alexander.cancela@noaa.gov.
    Oscar Dyson FSV Midlife Extension Program
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking contractors for the Oscar Dyson Fisheries Survey Vessel Midlife Extension Program. This federal contract involves extensive upgrades and repairs to the vessel, including structural enhancements, propulsion system repowering, and electrical system improvements, all aimed at ensuring compliance with regulatory standards and enhancing operational efficiency. The initiative is crucial for maintaining the vessel's capabilities in fisheries surveys and oceanographic research, reflecting NOAA's commitment to modernizing its maritime assets while minimizing environmental impacts. Interested contractors should contact Shawn Griscom at Shawn.Griscom@noaa.gov or 757-302-7783 for further details, with proposals due by December 23, 2024, and an estimated project value of approximately $1.071 million.
    Two (2) 150T Mobile Boat Hoists, JEB Little Creek and Pearl City Peninsula
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Atlantic, is seeking potential sources for the procurement of two 150 metric ton mobile boat hoists intended for use by the Naval Special Warfare Command at locations in Virginia Beach, VA, and Pearl City, HI. The hoists must meet specific design and performance criteria suitable for outdoor operations, and this notice serves as a market research tool to identify both large and small businesses capable of fulfilling these requirements. Interested companies are encouraged to submit detailed information, including their business capabilities and experience with mobile boat hoists, by November 7, 2024, to assist the government in determining the potential for set-asides or competitive measures. For further inquiries, interested parties may contact Priscilla Gula at Priscilla.l.gula.civ@us.navy.mil or Lisa Sumpter at lisa.a.sumpter.civ@us.navy.mil.
    60' Dive Boat
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.
    NOAA Applanix IDIQ Market Research
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to establish a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract with Applanix Corporation for repairs and upgrades to proprietary government-owned equipment. The procurement will cover supplies and services for all NOAA Applanix equipment, ensuring that maintenance, repair, and upgrades adhere to Applanix’s established standards and specifications. This initiative is crucial for maintaining the operational integrity of NOAA's fleet, which includes oceanographic survey ships and aircraft. Interested parties who believe they can meet the requirements are encouraged to submit a statement of capabilities to Contract Specialist Chris Meconnahey at chris.meconnahey@noaa.gov by 4:00 PM EST on October 22, 2024.
    19--65' MULTI-PURPOSE VESSEL - GLACIER BAY NP
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking proposals for the procurement of a 65-foot Multi-Purpose Response Vessel for Glacier Bay National Park, Alaska. The vessel must be a high-speed aluminum landing craft compliant with U.S. Coast Guard regulations, featuring a raised pilot house, a 45,000-pound deck capacity, and the ability to reach speeds of over 30 knots with a 400-mile operational range. This initiative is crucial for enhancing emergency response capabilities within the park, ensuring operational readiness in remote marine environments. Proposals are due by November 7, 2024, with a total small business set-aside, and interested parties should contact Ronald Bunch at ronaldbunch@nps.gov or 907-201-7719 for further information.
    Small Boat Surveyor and Overhaul Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy's NAVSUP Fleet Logistics Center San Diego, is seeking capable sources to provide Small Boat Surveyor and Overhaul Support Services for the Pacific Fleet's small craft operations. The procurement aims to assist small craft crew personnel with pre/post-deployment inspections, surveys, and overhauls of embarked boats on U.S. Navy ships and Boat Units, ensuring operational readiness and maintenance of various boat systems, including engines and navigational systems. This five-year contract, anticipated to be awarded on May 25, 2025, will be a Firm Fixed Price type, with a Request for Quote (RFQ) expected to be posted on December 17, 2024. Interested contractors must submit a capabilities statement by October 23, 2024, to Mr. Jason Pelle at jason.a.pelle.civ@us.navy.mil, including relevant company information and experience.
    17--TRAILER,GROUND HAND
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 12 Ground Handling Trailers (NSN 1740015421099). This solicitation, categorized under the NAICS code 488490, aims to fulfill specific logistical needs for military operations, emphasizing the importance of reliable ground support equipment. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and all submissions must be received within 136 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    Synopses - Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II), which involves the design and construction of up to six boats capable of operating in challenging maritime conditions. These vessels will support critical missions such as Search and Rescue (SAR), Marine Safety, and Law Enforcement, particularly in the Pacific Northwest, where they must endure severe weather conditions. The contract will be awarded as a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a three-year base ordering period and an optional four-year extension, and proposals are expected to be evaluated based on technical merit, past performance, and pricing. Interested contractors should prepare for the Request for Proposal (RFP) release anticipated in late November 2024 and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil.
    Temporary Office Trailer - Base Year + (4) Option Years
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Forest Service seeks bids for a temporary office trailer, a critical need for its operations in Fillmore, Utah. The trailer must measure no larger than 10' x 38' and will be situated on a dirt lot with electrical hookups. Potential vendors should note that flexibility in office space is welcomed, but the specified size is a firm requirement. Amendment 0001 to the solicitation extends the offer due date to August 23rd, 2024, and successful bidders will deliver and set up the trailer, with the contract running from September 2024 to August 2029. Interested parties should contact Terri Tucker at terri.tucker@usda.gov for further details.