Steering System for NOAA Ship Fairweather
ID: SOL_1305M225Q0028Type: Solicitation
Overview

Buyer

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

NAICS

Fluid Power Cylinder and Actuator Manufacturing (333995)

PSC

DECK MACHINERY (2030)

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 qualified contractors to provide a complete steering gear system for the NOAA Ship Fairweather, which currently lacks an operational steering system. The procurement requires a system that includes ABS Type-Approved actuators, hydraulic equipment, controllers, alarm panels, and indicators, all designed to integrate seamlessly with the vessel's existing rudder stocks while ensuring minimal installation disruption. This project is critical for maintaining the operational readiness of NOAA vessels, emphasizing the importance of compliance with technical and safety standards. Interested parties should note that the delivery deadline for the system is set for July 15, 2025, and are encouraged to reach out to primary contact Jim Van Natta at jim.vannatta@noaa.gov or secondary contact Ashley Perry at ashley.perry@noaa.gov for further inquiries. The opportunity is set aside for small businesses under the SBA guidelines.

    Files
    Title
    Posted
    The Past Performance Information Form is a pivotal component of federal and state government RFPs, soliciting details from offerors about their prior project performances. The form requires information such as the offeror's name, contract identifiers, and customer contact details, alongside a breakdown of the total dollar value for the project across annual increments. Additionally, it mandates the inclusion of personnel statistics, the methods used for assessing past performance (e.g., CPARS or questionnaires), and a detailed description that aligns with the solicitation's scope. Offerors must elaborate on the scope and magnitude of the work performed, including information about any subcontractors, their contributions, and financial aspects involved. This structured request fosters transparency and facilitates evaluation, allowing government agencies to ascertain the qualifications and reliability of potential contractors based on historical performance. Hence, this form is essential for ensuring successful procurement processes and effective project outcomes in government contracts.
    The document is a Past Performance Questionnaire intended for evaluating contractors based on their previous performance on specific contracts. It outlines criteria for assessing quality of service, schedule adherence, and management effectiveness. Evaluators are asked to rate each category on a scale from "Exceptional" to "Unsatisfactory," accompanied by spaces for comments to provide detailed insights into the contractor's performance. The evaluation focuses on adherence to contract requirements, timeliness in completing tasks and meeting deadlines, and the effectiveness of problem identification and corrective action plans. It emphasizes the importance of contractor performance in benefiting the government while ensuring proper communication and cooperation. This questionnaire is part of the federal government's oversight process for Request for Proposals (RFPs), federal grants, and state and local RFPs, demonstrating a structured approach to procurement and contract management.
    The document pertains to the amendment of solicitation 1305M225Q0028 issued by the NOAA, focusing on the procurement of a complete steering system for the NOAA Ship Fairweather. The ship currently lacks an operational steering system, prompting the government to seek a replacement that meets specific requirements. The amendment includes details about the ship's dimensions, essential characteristics for the steering system, and vendor obligations. Key requirements encompass the complete steering gear system with ABS Type-Approved components, minimal installation disruption, and compatibility with the existing rudder system. The contractor must ensure comprehensive technical support, training for crew members, and provision of data rights for maintenance. Additionally, the document outlines logistics for delivery, including F.O.B. Destination terms, and a timeline for installation and equipment delivery by July 15, 2025. Vendors are encouraged to conduct a pre-bid site visit between January 7-14, 2025. The amendment aims to clarify vendor obligations and gather necessary information for proposals, reflecting the government's commitment to maintaining the operational efficiency of its vessels. This solicitation exemplifies the structured approach of federal procurement processes within the scope of government RFPs.
    The government document outlines a solicitation amendment for the procurement of a complete steering gear system for the NOAA Ship Fairweather, currently without an operational steering system. The amendment includes responses to vendor questions and modifies the timeline for a site visit to the ship, now set from January 7 to January 29, 2025. Key requirements specify the system must fit existing rudder stocks with minimal alterations, feature ABS-approved components, and include on-site technical support and training for crew members. Delivery of the system needs to occur within 26 weeks post-contract awarding, and it must be shipped to Ketchikan, AK. The contractor is also responsible for all logistics and must provide extensive technical data rights to the government. The document emphasizes the urgency of replacing the steering system due to operational dependencies and specifies conditions for implementation, including a warranty and service support. This solicitation highlights the government's commitment to maintaining the operational readiness of its vessels while ensuring compliance with technical and safety standards.
    The document outlines a Request for Proposal (RFP) for acquiring a complete steering gear system for NOAA vessels, specifying essential components, delivery timelines, and contractual obligations. The RFP emphasizes the necessity for contractors to comply with federal regulations, including registration in the System for Award Management (SAM). It provides detailed instructions for quoting prices, submitting invoices electronically through the Invoice Processing Platform (IPP), and fulfilling certain compliance certifications, particularly regarding equal opportunity and workplace harassment policies. The document also defines the roles and limitations of the Contracting Officer's Representative, outlines procedures for inquiries and protests, and details the expectations for contractor conduct. With a focus on ensuring technical capabilities and compliance, the RFP sets clear outlines for performance standards, payment processes, and reporting requirements. It underscores the government’s commitment to transparency and accountability in procurement, while also addressing critical aspects of contractor responsibilities and the importance of adhering to ethical practices in federal contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NOAA BRASS VALVES
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the procurement of four 3” B62 Bronze Globe Valves, ASME Class 150, with full Monel trim, intended for use on the NOAA Ship Bell Shimada. The valves must meet specific requirements, including the provision of hydrostatic test certificates, and are to be delivered to the NOAA Marine Operations Center in Newport, Oregon, within 60 days after receipt of order. This procurement is critical for maintaining the operational integrity of NOAA's maritime operations, emphasizing the importance of quality and compliance with federal standards. Interested small businesses must submit their quotes electronically by February 7, 2025, with an anticipated award date around February 18, 2025; inquiries can be directed to James Pritchard at James.Pritchard@noaa.gov or by phone at 208-827-1265.
    20--PISCES Fleet Inspection Repairs
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors to perform fleet inspection repairs on the NOAA Ship PISCES, with a focus on various maintenance tasks scheduled from March 5 to March 19, 2025. The contractor will be responsible for providing all necessary parts, labor, and expertise to complete repairs, including tank and void cleaning, valve replacements, and the installation of new heating systems, while adhering to strict safety regulations and obtaining required certifications. This procurement is crucial for maintaining the operational readiness of NOAA's research vessels, ensuring compliance with federal safety standards. Interested small businesses must submit detailed quotes, including past performance references, to Christopher Baker at NOAA by the specified deadline, as this opportunity is set aside for small business participation.
    20--RFP for Class B Uncrewed Maritime Systems
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting proposals for the procurement of Class B Uncrewed Maritime Systems. This request for proposals (RFP) aims to acquire advanced maritime systems that are essential for various oceanographic and atmospheric research initiatives. These uncrewed systems will play a critical role in enhancing NOAA's capabilities in marine data collection and environmental monitoring. Interested vendors should direct their inquiries to Andrew Northcutt at ANDREW.NORTHCUTT@NOAA.GOV for further details regarding the submission process and deadlines.
    PROVIDE BATTERIES TO THE NOAA SHIP FAIRWEATHER
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the procurement of various types of batteries for the NOAA Ship Fairweather, located at the Ketchikan Facility in Alaska. The solicitation includes a total of five distinct battery types, each with specific technical specifications, including brands such as Centennial, US Battery, Optima, and Lifeline, to ensure operational compliance for hydrographic survey boats and emergency backup systems. This opportunity is a 100% small business set-aside under NAICS code 335910, with a submission deadline for quotes set for February 14, 2025, at 12:00 PM ET. Interested vendors must provide detailed proposals, including business identification, SAM registration, itemized pricing, and compliance with the solicitation's terms, and can direct inquiries to Alexander Cancela at alexander.cancela@noaa.gov.
    FD25-071 SEFSC Vessel Charter for Coastal VA Offsh
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking a qualified contractor to provide vessel charter services for an offshore wind survey along the coastal waters of Virginia. The procurement aims to fulfill the requirements outlined in the Statement of Work, which is essential for conducting research related to offshore wind energy development. This opportunity is particularly significant as it supports NOAA's mission to understand and manage coastal and marine resources effectively. Interested small businesses are encouraged to reach out to Amy Gilliland at AMY.GILLILAND@NOAA.GOV for further details, as this contract is set aside for total small business participation under FAR 19.5.
    Port Agent Services for NOAA Ship Oscar Elton Sett
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide Port Agent Services for the NOAA Ship Oscar Elton Sette during its trip to Guam. The procurement aims to ensure that the ship receives necessary support and services while docked, which is crucial for the successful execution of its mission. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties can reach out to Isaac Bright at ISAAC.BRIGHT@NOAA.GOV or (541) 283-5107 for further details. The solicitation is categorized under NAICS code 488310, focusing on Port and Harbor Operations.
    CORE SHUTTLE BOX SYSTEM
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract for the procurement of a Core Shuttle Box System from Loligo Systems APS, located in Denmark. This specialized equipment is essential for conducting research on black sea bass, integrating advanced features such as real-time data acquisition, sensor calibration, and water quality regulation, which are critical for NOAA's stock assessment efforts. The Core Shuttle Box System is unique in its capabilities, as it is the only fully integrated hardware-software system available that meets NOAA's specific research requirements. Interested parties may submit documentation to the primary contact, Jamie Rosales, at jamie.rosales@noaa.gov within 15 days of this notice, although no solicitation package is available, and delivery is expected within 90 days from the award date.
    Port Agent Services for NOAA Ship Oscar Elton Sett
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide Port Agent Services for the NOAA Ship Oscar Elton Sette during its trip to Saipan. The procurement aims to ensure efficient port operations and support for the vessel, which is crucial for NOAA's marine research and conservation efforts. This opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 488310 for Port and Harbor Operations. Interested parties can reach out to Isaac Bright at ISAAC.BRIGHT@NOAA.GOV or (541) 283-5107 for further details regarding the solicitation process.
    Installation of replacement Copeland semi-hermetic compressors for seawater chiller unit - Newport, Oregon
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the installation of two replacement Copeland semi-hermetic compressors for a seawater chiller unit at the Hatfield Marine Science Center in Newport, Oregon. The procurement aims to replace failing compressors that are critical for maintaining target temperatures in experimental tanks used for aquatic research on various fish and crab species from the Gulf of Alaska, Bering Sea, and Arctic Ocean. The selected contractor will be responsible for providing installation services, including the potential replacement of associated components, and must comply with safety regulations while offering a one-year warranty on the work performed. Interested vendors are invited to submit their capability statements and documentation comments to Jason Jenks at jason.jenks@noaa.gov by 4:00 p.m. Eastern on February 5, 2025, as this notice serves as a Sources Sought Notice and is not a request for quotations.
    NOAA SHIP HASSLER MULTIPLE BOOM SERVICE
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide multiple boom services for the NOAA Ship Ferdinand R. Hassler during its operations in New Castle, New Hampshire, from March 1, 2025, to February 28, 2026. The contractor will be responsible for managing up to five fueling events, requiring the deployment of 300 feet of boom to ensure environmental protection during the offloading of waste oil. This procurement is critical for maintaining compliance with environmental safety standards during marine operations, and it is set aside for small businesses under NAICS code 488310, with a size standard of $47 million. Interested vendors must submit their quotations electronically by February 13, 2025, and provide necessary documentation, including SAM registration details and itemized costs, to Alexander Cancela at alexander.cancela@noaa.gov.