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 a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.

    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.
    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.
    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
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    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.
    Fleet Stability Software Support Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract for Fleet Stability Software Support Services to Herbert-ABS Software Solutions. The procurement aims to provide and maintain the CargoMax and HECSALV stability software for NOAA's fleet of 15 research and survey vessels, which includes initial installations, software maintenance, and updates to data files and vessel information. This software is critical for ensuring the operational stability and safety of NOAA's vessels, and the contractor will also be responsible for providing technical support, training for ship crews, and maintaining a secure distribution website. Interested parties who believe they can meet the requirements must submit a capability statement to the Contract Specialist, Tamara Horton, by December 8, 2025, at 12:00 PM EST.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Buyer not available
    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.
    Justification for an Exception to Fair Oppurtunity
    Buyer not available
    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.
    M--TRANSIT THE ST LAWRENCE SEAWAY AND WELLAND CANAL
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking a qualified port agent to provide services for the transit of the NOAA Ship Thomas Jefferson through the St. Lawrence Seaway and Welland Canal, with a performance period from March 1, 2026, to October 31, 2026. The selected contractor will be responsible for providing English-speaking pilotage, coordinating pilot arrivals and departures, managing lock operations, and handling all associated fees and documentation for both upbound and downbound transits. This procurement is critical for supporting NOAA's hydrographic research activities in Lake Erie and Lake Ontario, ensuring safe and efficient navigation through these waterways. Interested vendors must submit their quotations electronically by November 28, 2025, at 5:00 p.m. ET, to Alexander.Cancela@noaa.gov, and are encouraged to direct any questions in writing by November 24, 2025, at 9:00 a.m. ET.
    Buoy Services Wave Data Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    S--Snow Removal for WFO Mount Holly, NJ
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide snow removal services for the National Weather Service (NWS) Forecast Office located in Mount Holly, New Jersey. The procurement involves non-personal services that include all labor, equipment, and materials necessary for snow removal and de-icing over a five-month snow season from November through March, with a contract period extending from December 5, 2025, to October 31, 2030, including four optional years. This service is crucial for maintaining access to the facility during winter weather, ensuring operational continuity for weather forecasting. Interested small businesses must submit their quotes electronically by 4:00 PM MST on December 5, 2025, to Erin Mlaker at erin.mlaker@noaa.gov, and are encouraged to conduct a site visit prior to submission.
    Limited Source Justification
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to justify a limited source procurement for IT and telecom service delivery support services. This opportunity involves the provision of essential IT service management, operations center support, and project management labor, as outlined in the Limited Source Justification document. Such services are critical for maintaining NOAA's operational efficiency and ensuring the effective delivery of its technological capabilities. Interested parties can reach out to Brianna Quinn at brianna.quinn@noaa.gov or 303-497-7207, or Hillary Stansfield at hillary.stansfield@noaa.gov or 720-712-8608 for further information regarding this procurement.
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.