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

Buyer

DEPARTMENT OF COMMERCENATIONAL 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 a total small business set-aside contract. The procurement aims to provide qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract is vital for ensuring compliance with regulations such as the Magnuson-Stevens Act (MSA), Marine Mammal Protection Act (MMPA), and Endangered Species Act (ESA), while maintaining high data quality standards. Interested offerors must submit their proposals by January 7, 2026, at 2:00 PM PST, and can direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350. The estimated contract value is approximately $24.8 million over a five-year period.

    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.
    The document addresses frequently asked questions regarding RFP 1305M325R0054, the Southeast Fisheries Observer Program. Key points include the Past Performance Questionnaire due date (January 7, 2026) and the denial of a solicitation deadline extension. The offeror is responsible for initial observer training costs, which, along with project management and coordination, should be included in the sea day unit price. Travel expenses (CLIN 0002) and observer meal reimbursements (CLIN 0001) are to be allocated separately. Observers are expected to enter data into the SEFOP database approximately three times per contract year, with debriefing costs under CLIN 0001. NOAA provides flexibility in observer compensation and workload management but does not offer additional vessel monitoring tools or specific leave policies. The document clarifies data collection methods (paper decksheets required) and the debriefing process, which NOAA exclusively conducts. It also provides historical sea day data, confirms the requirement for a draft Project Management Plan, and outlines proposal formatting guidelines. Observers' employment classification (W2 vs. 1099) and pay structure must adhere to FLSA and SCA guidance.
    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.
    The SEFOP Training program, spanning March 3-21, 2025, is a comprehensive three-week curriculum designed for fisheries observers, covering Shrimp, Safety, and Reef Protocols. The first week focuses on Shrimp Protocol, including species identification (Sharks, Snappers, Seabasses, Invertebrates, Porgies), data collection, trawl gear operations, and related homework assignments. The second week emphasizes Safety, with extensive training at Sea Star Base Galveston and Texas Gulf Seafood, Inc. This includes abandon ship procedures, liferaft deployment, water survival, personal survival kits, distress signals, vessel orientation, firefighting, and mock drills. It also covers safety equipment, incident reporting, and mental wellness. The final week is dedicated to Reef Protocol, encompassing reef fishery operations, gear activities (Hooks, Leaders, Mainline), random sampling, species identification (Jacks, Mackerels, Tunas), biosampling, and protected species. The training concludes with a Species ID Final, simulated deployment activities, and graduation.
    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.
    Solicitation 1305M325R0054 Amendment 0002 modifies the original solicitation by providing answers to inquiries received and including an updated training schedule. Offers must acknowledge this amendment by completing items 8 and 15, acknowledging receipt on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may result in rejection of the offer. Changes to previously submitted offers are permitted via letter or electronic communication, provided they reference the solicitation and amendment and are received before the opening hour and date. All other terms and conditions of the original solicitation remain unchanged. The amendment also includes standard administrative details such as contract ID codes, effective dates, and contact information for the issuing and administering offices.
    Amendment 0003 for Solicitation 1305M325R0054 outlines crucial revisions for offerors, primarily addressing questions related to pricing, invoicing, and proposal formatting. Key changes include the exclusion of training and vessel meal reimbursements as reimbursable costs under FAR 52.212-4A*1(i)(1)((ii)(D)(1). The Project Management Plan must now follow the same formatting as the Quality Control Plan, with a five-page limit, and tables/figures in the Technical Proposal have no specific formatting restrictions. The document provides updated FAR clauses, 52.212-1 and 52.212-4A*1, in full text. Offerors must submit proposals by January 7, 2026, 2:00 PM PST, via email, adhering to strict formatting and page limits for the Technical Proposal, Performance-Based Quality Control Plan, and Project Management Plan. The solicitation details evaluation factors: Technical Capability (Corporate Experience, Management Approach, Operational Requirements, Observer Support Services) and Past Performance. All other terms and conditions remain unchanged.
    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
    Loading similar opportunities...