Two Marine-Grade Portable Electric Winches for NMFS - AFSC
ID: 143061-24-0186Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

Set Aside

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

    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the procurement of two marine-grade portable electric winches, essential for deploying and retrieving underwater survey cameras as part of a project funded by the Inflation Reduction Act Optical Strategic Initiative. These winches will facilitate camera surveys of untrawlable habitats in the Gulf of Alaska, enabling the collection of critical imagery for assessing fish densities and habitat structures in ecologically sensitive areas. Interested vendors must ensure compliance with specific technical specifications and demonstrate their understanding of the project needs, with evaluations based on price and past performance. Proposals are due by September 17, 2024, with delivery required between October 1, 2024, and February 1, 2025, to NOAA Fisheries in Seattle, Washington. For further information, contact Jason Jenks at jason.jenks@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) by the National Oceanic and Atmospheric Administration (NOAA) for procuring two marine-grade portable winches. These winches are essential for conducting a camera survey of untrawlable habitats in the Gulf of Alaska, as part of a project funded by the Inflation Reduction Act Optical Strategic Initiative. The equipment will enable the deployment of stereo-camera systems to collect imagery for assessing fish densities and habitat structures in areas that cannot be sampled using standard bottom trawls. The proposal requires vendors to supply winches meeting specific technical specifications, including weight, power, and performance capabilities. The RFP is targeted at small businesses, specifically Women-Owned and Service-Disabled Veteran-Owned Small Businesses, with vendors needing to register in the System for Award Management (SAM). The deadline for offer submissions is September 17, 2024, with delivery scheduled between October 1, 2024, and February 1, 2025, to NOAA Fisheries' Seattle office. Key evaluation criteria include understanding the project need, pricing, and past performance, with technical factors being as important as the price. This highlights the importance of the acquisition in enhancing data accuracy for fish stock assessments in ecologically sensitive marine habitats.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    James River Reserve Fleet (JRRF) Anchor Handling Winch Solicitation
    Active
    Transportation, Department Of
    The Department of Transportation, through the Maritime Administration, is soliciting quotes for the procurement of a 30-ton hydraulic anchor handling winch under solicitation number 6933A224Q000013. The winch must meet specific operational requirements, including a wire size of no greater than 2 inches, a minimum usable length of 100 feet, and compliance with SOLAS regulations, as it will be used for handling anchor chains ranging from 2 to 3.5 inches. This equipment is crucial for maritime operations, ensuring efficient and safe handling of ship anchors. Interested contractors must submit their quotes by September 23, 2024, and can direct inquiries to William A. Wile at william.wile@dot.gov or by phone at 757-322-5806.
    150hp Four Stroke Outboard Engines
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp Four Stroke Outboard Engines. The primary objective of this solicitation, numbered 1333MJ24Q0042, is to acquire these engines with specific technical and shipping requirements, including a delivery deadline of November 30, 2024, to Miami, Florida. These outboard engines are crucial for NOAA's operational capabilities, supporting various marine and environmental missions. Interested small businesses must submit their offers, ensuring compliance with the Buy American Act and other federal regulations, with all submissions due by the specified deadline. For further inquiries, potential bidders can contact Darrin Moore at darrin.moore@noaa.gov.
    150hp Four Stroke Outboard Engines Amendment 0001
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp four-stroke outboard engines for the R/V GBN1 vessel. The solicitation, identified as number 1333MJ24Q0042, requires compliance with U.S. regulations, including the Buy American Act, and emphasizes specific technical requirements such as a fly-by-wire system and hydraulic steering. This procurement is crucial for maintaining NOAA's marine operations, ensuring that the vessel is equipped with reliable and efficient engines. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Darrin Moore at darrin.moore@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.
    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.
    Atlantic Oceanographic and Meteorological Laboratory (AOML), Electrical Upgrade Project
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Electrical Upgrade Project at the Atlantic Oceanographic and Meteorological Laboratory (AOML) located in Key Biscayne, Florida. The project aims to replace aging electrical components, including transformers and panelboards, to enhance safety and operational efficiency, while ensuring compliance with applicable codes and environmental regulations. This total small business set-aside contract, with a budget ranging from $1 million to $5 million, requires contractors to provide all necessary labor, materials, and equipment, and to complete the work within 365 days. Interested parties must submit their proposals by September 25, 2024, and can direct inquiries to Heidi Washburn at heidi.washburn@noaa.gov or Jerrod Schleis at jerrod.schleis@noaa.gov.
    Small Business Set Aside for Solinst Brand 3001 Level Logger 5, M200 per attachments
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes from qualified small businesses for the procurement of twenty Solinst brand 3001 Level Loggers, specifically designed for depth measurement in deep-water testing. This acquisition is critical for enhancing the capabilities of the Mine Warfare Readiness and Effectiveness Measurement (MIREM) team, ensuring data accuracy and safety during operations at depths of 500-1000 feet. The selected vendor will be required to provide a quote by September 25, 2024, at 11 AM Central Time, and must comply with specific procurement guidelines, including invoicing through Wide Area Workflow (WAWF). Interested parties should direct their inquiries to Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil or Jamell Kilgore at jamell.kilgore@navy.mil.
    Direct Replacements Bow Thruster Parts
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of Direct Replacement Parts for the Bow Thruster system, specifically from Kongsberg Maritime Inc., the Original Equipment Manufacturer (OEM). This opportunity is categorized as a sole-source contract, with the government seeking a firm fixed-price supply contract in accordance with FAR parts 12 and 13.5, emphasizing the importance of complete submissions for all specified items. The successful contractor will be responsible for delivering the required parts to the Military Sealift Command in Norfolk, VA, with a completion date set for March 1, 2025. Interested offerors must submit their proposals by September 17, 2024, and can direct inquiries to Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil.
    Next Generation Fathometer
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking industry input for a potential Firm-Fixed Price contract for the Next Generation Fathometer, a SONAR sounding set. This initiative aims to gather insights from both large and small businesses regarding their capabilities to meet the procurement requirements, specifically focusing on manufacturing capabilities, production lead times, and familiarity with SONAR technologies. The anticipated product will play a crucial role in measuring water depth for Navy vessels, ensuring effective underwater operations. Interested parties are invited to respond to a technical questionnaire by 4:00 PM PDT on October 3, 2024, with all submissions kept confidential. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Active
    Commerce, Department Of
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.