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 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.
    Differential Planetary Gearbox Repair Services
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking vendors capable of providing repair services for Differential Planetary Gearboxes used in the NEXRAD weather radar systems. The procurement aims to establish an indefinite delivery, indefinite quantity (IDIQ) contract for the repair and reconditioning of these gearboxes to "Like New" operating condition, adhering to OEM specifications. These gearboxes are critical for the operation of 158 NEXRAD sites across the country, enabling the detection of severe weather and timely warnings to the public and aviation users. Interested vendors must submit their capability statements and company profiles to Taylor Wisneski at taylor.wisneski@noaa.gov by 12:00 PM CST on January 7, 2026, as part of the market research process, with no obligation on the part of the government to procure services at this stage.
    USCGC James Steering Actuator Overhaul
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform an overhaul of the steering actuator assembly for the Cutter JAMES. The project entails comprehensive tasks including the provision of OEM-authorized technical representatives, conducting initial and post-repair operational tests, and ensuring strict adherence to cleanliness and safety standards during the overhaul process. This work is critical for maintaining the operational integrity of the vessel's steering system, which is essential for safe navigation and mission readiness. The performance period is scheduled from January 5 to January 15, 2026, at the CGC JAMES FLETC Base in North Charleston, SC. Interested parties can contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327 for further details.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    25--STEERING GEAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 13 units of steering gear (NSN 2530015832847) under a Combined Synopsis/Solicitation notice. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The steering gear is critical for military armored vehicles and related components, ensuring operational readiness and reliability. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil, with the solicitation available online at the DLA's website.
    20 - HUB,PROPELLER, SHIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure three units of a specific hub, propeller, and ship component under the presolicitation notice for contract action. The procurement involves a part identified by NSN 7H 2010 012480378 M2, with delivery terms set as FOB Origin, and it has been determined that the government does not own the necessary data or rights to purchase this part from additional sources. This component is critical for ship and boat propulsion systems, and interested parties are encouraged to submit their capabilities or proposals within 45 days of the notice publication, with all inquiries directed to Alison Harper at alison.e.harper.civ@us.navy.mil or by phone at 771-229-0456.
    20--HUB,PROPELLER,SHIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of HUB, PROPELLER, SHIP components. This contract involves the manufacture and quality assurance of these components, which are critical for ship propulsion systems, ensuring operational readiness and efficiency for naval vessels. The selected contractor will be required to adhere to strict quality standards, including certification by the American Bureau of Shipping, and must provide detailed documentation and inspection reports throughout the contract duration. Interested parties should contact Alison E. Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL for further details, and proposals must be submitted electronically by the specified deadline.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    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.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.