F--Southeast Fisheries Observer Programs
ID: 1305M325R0054Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

NATURAL RESOURCES/CONSERVATION- FISHERIES RESOURCES MANAGEMENT (F020)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, Attachment 3, outlines the Past Performance Questionnaire process for federal government RFPs, specifically for the Department of Commerce, NOAA, and Acquisition and Grants Office. It provides detailed instructions for offerors and references to submit past performance information for vendor assessment. Offerors must send questionnaires for relevant projects from the past five years to references (Contracting Officer's Representatives for government contracts or similar personnel for commercial references). References can complete either an attached form or an online questionnaire via a provided link. Section A of the questionnaire is to be completed by the offeror, while Section B, for the evaluator, requests detailed project information and an objective assessment of the offeror's performance across key elements such as quality, schedule, cost control, business relations, management of key personnel, and utilization of small businesses. The deadline for submission is January 10, 2026, at 2:00 PM Pacific time, to Jamie.AbuShakrah@noaa.gov and Carina.Topasna@noaa.gov, with specific subject line requirements. The questionnaire includes a rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) for each performance element, along with space for comments. The overall purpose is to gather comprehensive and candid feedback to aid in the evaluation of potential vendors.
    The Past Performance Questionnaire is a crucial document for evaluating potential vendors for the Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office (AGO), Western Acquisition Division (WAD). Offerors are responsible for sending questionnaires to references for projects completed within the past five years. References, such as Contracting Officer’s Representatives for government contracts or similar personnel for commercial references, can complete the questionnaire via an attached form or an online link. The questionnaire requires information about the offeror, the reference, and the project being evaluated. It includes a section for assessing the firm's performance across various elements, such as quality, schedule, cost control, business relations, management of key personnel, and utilization of small businesses. The completed questionnaire must be submitted by January 10, 2026, at 2:00 PM Pacific time to Jamie Abu Shakrah and Carina Topasna. Follow-up phone calls may occur for clarification.
    This government file outlines a five-year ordering period for Sea Day Observer Support Services and associated expenses, spanning from April 1, 2026, to March 31, 2031. The document details Firm-Fixed-Price (FFP) line items for services such as Sea Day Observer Support, Standby Day, Debrief Day, Refresh/Cross Training Day, Post Trip Report Day, and Annotation Day. Additionally, it includes Time-and-Materials (T&M) line items for Travel Expenses with Not-To-Exceed (NTE) amounts that fluctuate slightly each ordering period. The quantities for FFP services generally show a slight decrease over the five ordering periods, while the NTE amounts for T&M Travel Expenses also exhibit minor variations. The file explicitly states that pre-populated values are estimates and not guarantees of annual or overall usage. The total estimated value for CLIN 0002 (T&M expenses) across all periods is $2,706,224.36.
    NOAA Fisheries seeks contractor support for its Southeast Fisheries Observer Programs (SEFOP) and Platform Removal Observer Program (PROP). The contractor will provide qualified observers to collect environmental, biological, and fisheries data to support marine resource management and conservation. Key responsibilities include observer recruitment, training logistics, ensuring compliance with regulations like the MSA, MMPA, and ESA, and maintaining data quality. Observers must meet specific education, experience, medical, and ethical standards, including a bachelor's degree in natural sciences and a three-week government training. The contractor manages project operations, quality control, and provides observer support, including travel, safety gear, and communication. Performance is monitored through measures like training pass rates, data quality, and timely deliverables, with penalties for non-compliance. The PWS outlines detailed requirements for all aspects of the observer programs, including managing personnel, coordinating deployments, and ensuring observer conduct and safety.
    This government file, Wage Determination No. 2004-0287 Revision No. 50, outlines the minimum wage rates and fringe benefits for service contracts subject to the Service Contract Act. It details different hourly rates based on Executive Orders 14026 ($17.75 per hour) and 13658 ($13.30 per hour), depending on the contract award or renewal date in 2025. The document specifies wage rates for Fishery Observers I, II, and III, along with mandatory fringe benefits including health & welfare, paid sick leave (under EO 13706), vacation, and eleven paid holidays. Special provisions for Hawaii's health & welfare rates and uniform allowances are also included. The file concludes with procedures for conforming unlisted employee classifications using Standard Form 1444, ensuring appropriate wage rates and benefits for all service employees.
    Solicitation 1305M325R0054 Amendment 0001 revises the Past Performance Questionnaire attachment, correcting the submission date from January 10, 2026, to January 7, 2026. This amendment, documented on a Standard Form 30, outlines procedures for offerors to acknowledge its receipt, either by completing specific items, acknowledging on each offer copy, or via separate communication. Failure to acknowledge receipt by the specified hour and date may lead to the rejection of an offer. All other terms and conditions of the original solicitation remain unchanged. The amendment also includes administrative details such as contract ID codes, effective dates, and names of signatories for both the contractor/offeror and the contracting officer. This modification ensures that all parties are aware of the revised submission deadline for past performance information.
    This government RFP, titled "WOMEN-OWNED SMALL BUSINESS (WOSB) SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES," outlines a five-year indefinite-quantity contract for Fishery Observer Support Services and Platform Removal Observer Program services for the NOAA Fisheries, Southeast Fisheries Science Center (SEFSC). The contract includes a Firm Fixed Price (FFP) CLIN for services and a Time and Materials (T&M) CLIN for associated travel, with a maximum order limit of $24,837,381.52 and a T&M ceiling price of $2,706,224.36. Key clauses cover inspection, payment (including hourly rates and material reimbursement), termination, and various federal regulations. The document also details requirements for scientific integrity, post-government employment restrictions, subcontracting with AbilityOne nonprofit organizations, and a strict policy against sexual assault and harassment, including mandatory training for contractor employees.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    M--Crane Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide crane support services at the NOAA Gulfport Pier in Gulfport, MS. The procurement involves detailed quotes for crane services, including one onload and one offload, each lasting eight hours, with specific requirements for pricing and itemization to ensure responsiveness. This contract is crucial for supporting NOAA's marine operations and is set aside for small businesses under NAICS code 238990, with a total small business set-aside designation. Interested parties must submit their quotes electronically to Christopher Baker at christopher.baker@noaa.gov by 8:00 AM EST on January 5, 2026, and are encouraged to register with SAM.gov for eligibility.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.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.
    Barge/vessel and crane services needed for the ins
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide barge/vessel and crane services for the installation of an elevated platform at the New Canal NWLON station in New Orleans, LA. The procurement involves the removal of an existing aluminum frame and the installation of a new 1.5-ton aluminum frame and electronics enclosure, with the project expected to be completed within two 8-hour workdays between February 1 and April 30, 2026. This opportunity is a total small business set-aside under NAICS code 488390, emphasizing the importance of supporting small businesses in federal contracting. Interested contractors must submit their quotes by January 9, 2026, and are encouraged to contact Chelsea Vera at Chelsea.Vera@noaa.gov for further information.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has issued a Notice of Intent to Sole Source for Shoreline Mapping Support services. This procurement involves modifications to existing contracts to increase the maximum ordering value of the National Geodetic Survey's multiple-award indefinite delivery/indefinite quantity (IDIQ) contracts for Architect-Engineer Shoreline Mapping Services. These services are crucial for the accurate mapping and management of shoreline areas, which play a significant role in environmental monitoring and coastal management efforts. Interested parties can reach out to Michael J. Williams at Michael.J.Williams@noaa.gov or (757) 441-3434, or Nicole Lawson at Nicole.Lawson@noaa.gov or (757) 441-6879 for further details.
    Provide Boom for fuel evolutions, and
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotes from qualified small businesses to provide oil containment boom for fuel evolutions, along with optional services for small boat transfers and boom support in the Gulf of America region. The procurement aims to ensure that NOAA vessels have the necessary equipment for environmental protection during operations, highlighting the importance of maintaining ecological integrity in marine environments. Interested vendors must submit their quotations electronically to Chris Baker at christopher.baker@noaa.gov by 8:00 PM MST/MDT on December 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    Intent to Sole Source – Non-Personal Services for Calibration/Repair/Maintenance and Purchase of Sea-Bird Electronic (SBE) Instruments
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract to Sea-Bird Electronics for the procurement of 60 new SBE56 temperature sensors and the repair and calibration of 43 existing sensors. This acquisition is critical for the upcoming FY26 National Coral Reef Monitoring Program mission, which focuses on measuring ocean temperature for climate change research in American Samoa and the Pacific Remote Island Areas. The necessity for identical sensors from Sea-Bird Electronics arises from the need to maintain data and operational continuity, as they are the only authorized manufacturer capable of providing the required equipment and services. Interested parties may contact Stephanie Fisher at STEPHANIE.FISHER@NOAA.GOV or by phone at 808-725-5633, with the total estimated value of the procurement being less than $250,000 and a delivery deadline set for March 20, 2026.
    Human Mobility Data Subscription
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking a qualified provider for an annual subscription to human mobility data, with options for two additional one-year renewals. The primary objective is to utilize this data to analyze recreational and other human uses of coastal natural resources in the U.S., particularly in relation to the impacts of oil spills and toxic waste sites. This data will be crucial for NOAA's Assessment & Restoration Division and its partners in monitoring marine sanctuary use and valuing environmental amenities. Interested vendors should note that the solicitation is expected to be issued around January 8, 2026, with quotes due by February 17, 2026. For further inquiries, vendors can contact Marion Cavanaugh at marion.cavanaugh@noaa.gov or Tyrone Lewis at tyrone.m.lewis@noaa.gov.
    Justification for an Exception to Fair Oppurtunity
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking justification for an exception to fair opportunity for an order exceeding the simplified acquisition threshold. This procurement involves general science and technology research and development services, which are critical for advancing NOAA's mission in environmental monitoring and research. The opportunity is based in Silver Spring, Maryland, and interested parties can reach out to Sarah Corey at sarah.corey@noaa.gov or Darrin S Moore at Darrin.Moore@noaa.gov for further details. Additional information can be found in the attached document.
    RENEWAL OF FUGRO MARINESTAR DGNSS SATELLITE POSITIONING DATA SUBSCRIPTION SERVICE
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Fugro USA Marine Inc. to renew the MarineStar DGNSS satellite positioning data subscription service for Septentrio receivers. This service is critical for NOAA's uncrewed systems, which require precise point positioning via a Differential Global Navigation Satellite System (DGNSS) to produce accurate navigational charts. The contract will ensure continued access to the only DGNSS service provider with national coverage, which is essential for high-quality data in offshore environments. Interested firms that believe they can meet the government's requirements may submit documentation to Kyle Lawrence at kyle.lawrence@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.