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 proposals for a complete steering gear system for the NOAA Ship Fairweather, with a focus on small business participation. The procurement requires the delivery of a fully integrated steering gear system, including ABS Type-Approved actuators, hydraulic equipment, controllers, alarm panels, and indicators, all essential for the vessel's operational capabilities. This system is critical for ensuring the safe and efficient navigation of NOAA vessels, which play a vital role in oceanic and atmospheric research. Interested contractors must submit their proposals by the specified deadline, with a delivery date set for July 15, 2025. For further inquiries, potential offerors can contact Jim Van Natta at jim.vannatta@noaa.gov or Ashley Perry at ashley.perry@noaa.gov.

    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 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
    RFP for Class B Uncrewed Maritime Systems
    Active
    Commerce, Department Of
    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. The systems will play a crucial role in enhancing NOAA's capabilities in marine data collection and environmental monitoring. Interested vendors should reach out to Andrew Northcutt at ANDREW.NORTHCUTT@NOAA.GOV for further details regarding the submission process and any associated deadlines.
    Underwater Gliders
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract for the procurement of two Oceanscout Underwater Gliders, specifically designed for ecological monitoring in offshore wind energy areas. These portable autonomous gliders must be deployable by a single person from smaller vessels and are required to have a depth rating of 200 meters, along with sensors for conductivity, temperature, depth, and biological monitoring capabilities. The contract, valued at an undisclosed amount, aims for delivery by July 15, 2025, to support NOAA's Offshore Wind Monitoring Program in California's Federal waters. Interested parties should submit their capability statements via email to Diamond Turner at diamond.turner@noaa.gov by 10:00 a.m. ET on January 10, 2025, to be considered for this opportunity.
    Coastal Virginia Offshore Wind (CVOW) Survey Mitigation Research Survey
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified U.S. domestic businesses to participate in the Coastal Virginia Offshore Wind (CVOW) Survey Mitigation Research Survey. The objective of this procurement is to contract vessel(s) capable of supporting scientific surveys aimed at assessing the impact of offshore wind energy development on fisheries in the Southeast region, utilizing various methodologies over a seven-day period. This initiative is crucial for ensuring the continuity of long-term fisheries surveys, which are vital for understanding fish populations and ecosystem health in the context of emerging wind energy projects. Interested firms must submit a detailed capabilities statement by January 10, 2025, and can direct inquiries to Amy Gilliland at amy.gilliland@noaa.gov or by phone at 240-460-1033.
    T-AO 187 Propeller and Hub Replacement Parts
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking Original Equipment Manufacturer (OEM) propeller and hub replacement parts for the T-AO 187 USNS Lenthall, USNS Patuxent, and USNS Grumman. The procurement includes various components such as hub installation kits and O-rings, with the intention to award a Firm-Fixed Price Purchase Order on a sole source basis to Rolls Royce Marine North America, Inc. This opportunity is critical for maintaining the operational readiness of naval vessels, ensuring they are equipped with the necessary parts for effective performance. Interested vendors must submit their proposals electronically by January 9, 2025, with an expected award date of January 23, 2025, and delivery due by March 20, 2025, to Norfolk, Virginia. For further inquiries, potential offerors can contact Sheila Pusey at sheila.l.pusey.civ@us.navy.mil or Brandy Hernandez at brandy.j.hernandez6.civ@us.navy.mil.
    Repair of Virginia Class Propulsor Rotor Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting qualified contractors for the evaluation, repair, and modification of a Virginia Class Propulsor Rotor Assembly, specifically NSN 2S 2010-01-534-8269 P2, with a quantity of one unit. The procurement emphasizes the need for firm fixed pricing and adherence to stringent quality and compliance standards, as outlined in the Request for Quotations (RFQ), which includes detailed instructions on inspection procedures, hazardous materials handling, and confidentiality clearances. This opportunity is critical for maintaining the operational readiness of military equipment, underscoring the importance of quality assurance in defense contracts. Interested contractors must submit their proposals by following the guidelines in the RFQ, with delivery expected by January 31, 2026; for further inquiries, they can contact Jeffrey Dietrich at 717-605-4078 or via email at jeffrey.dietrich@navy.mil.
    Conductivity, Temperature and Depth (CTD) with OPTIC Profiler
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center, is seeking proposals for a firm-fixed-price purchase order for a Conductivity, Temperature, and Depth (CTD) system equipped with an OPTIC Profiler. This procurement aims to support the Naval Oceanographic Office (NAVOCEANO) by acquiring a system capable of measuring various oceanographic parameters, including light scatter and optical properties in water, as well as high-resolution current meter data collection. The equipment is critical for enhancing the Navy's oceanographic capabilities and ensuring effective integration with existing technologies. Quotations are due by January 9, 2025, and interested small businesses should direct inquiries to Ms. Ashlee Yawn at ashlee.k.yawn.civ@us.navy.mil for further details.
    NOAA Fisheries AKFSC MSI Brand Name Crane Scales
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA) Fisheries, is seeking to procure two MSI 4260C brand name crane scales for the Alaska Fisheries Science Center. The procurement aims to fulfill specific technical requirements, including a capacity of 20,000 pounds and wireless connectivity, with options for additional scales over the next four years. These crane scales are essential for accurate data collection in fisheries assessments, supporting NOAA's commitment to effective resource management. Interested small businesses must submit their quotes electronically by January 21, 2025, and can direct inquiries to Christie Lang at CHRISTIE.LANG@NOAA.GOV or by phone at 206-526-6715.
    25--STEERING GEAR
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of steering gear, specifically NSN 2530015584166, with a total quantity of 23 units required. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, and it is anticipated that approximately 12 orders will be placed annually. The steering gear is crucial for vehicular equipment components, ensuring operational readiness for military vehicles. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    CGC Neah Bay Vert Drive parts
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure parts necessary for the rebuilding of the vertical drive systems on the Coast Guard Cutter Neah Bay. The procurement is essential due to the vertical drives for CGC Neah Bay 1 and 2 being out of tolerance, which poses a risk to the vessel's operational readiness. This opportunity reflects the importance of maintaining government vessels to ensure their functionality and compliance with regulatory maintenance requirements. The estimated cost for the required parts is $175,408.09, and interested parties can contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or by phone at 206-820-5327 for further details.
    Phased Array Radar (PAR) Test Article
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the development and maintenance of a Phased Array Radar (PAR) Test Article under solicitation number 1305M325R0002. The procurement encompasses the design, installation, integration, documentation, and ongoing support of the radar system, which is crucial for enhancing weather observation capabilities and risk reduction for severe weather events. The contract is structured with a firm-fixed-price for certain tasks and cost-plus-fixed-fee for others, with a total funding cap of $88.5 million and a performance period from September 11, 2025, to September 10, 2028, including options for extended support through 2033. Interested contractors must submit their proposals by February 24, 2025, and can direct inquiries to Julia L. Hamilton at julia.l.hamilton@noaa.gov or Bianca Bueno at bianca.bueno@noaa.gov.