Haul-out services for NOAA Vessel Leatherback
ID: 1305M224Q0318Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide haul-out services for the vessel Leatherback, stationed in the Florida Keys National Marine Sanctuary. The contract involves an annual maintenance and repair process scheduled from November 1, 2024, to February 28, 2025, which includes tasks such as pressure washing, replacing zinc anodes, renewing coatings, and servicing the engine and generator, all to be conducted within 50 miles of Key West, FL. This procurement is crucial for maintaining the operational readiness and safety of NOAA's vessels, ensuring compliance with environmental standards and safety regulations. Interested contractors must submit their proposals by September 11, 2024, and direct any inquiries to Randall Chatfield at RANDALL.CHATFIELD@NOAA.GOV.

    Point(s) of Contact
    CHATFIELD, RANDALL
    RANDALL.CHATFIELD@NOAA.GOV
    Files
    Title
    Posted
    The National Oceanic and Atmospheric Administration (NOAA) has issued a Request for Quotation (RFQ) for the annual haul-out of the Florida Keys National Marine Sanctuary (FKNMS) vessel Leatherback, scheduled for November 2024 to February 2025. The project will be executed at a facility located within 50 miles of Key West, FL, where NOAA will deliver the vessel for maintenance and repairs as per the Statement of Work (SOW). The RFQ, numbered 1305M224Q0318, is designated for small businesses under NAICS code 336611, with proposals evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Interested contractors must submit documentation, including acknowledgment of solicitation amendments, by September 11, 2024. A site visit is recommended for bidders to assess the condition of the vessel before submitting quotations. All questions need to be directed in writing to the designated contact by 12:00 P.M. Eastern time on September 6, 2024. Contractors must comply with the NOAA's Sexual Assault and Sexual Harassment Prevention and Response Policy prior to service initiation. This solicitation reflects NOAA's commitment to maintain operational readiness for its vessels within the FKNMS and to promote opportunities for small business participation in federal contracts.
    The Statement of Work outlines requirements for the annual haul-out of the NOAA vessel Leatherback, stationed in the Florida Keys National Marine Sanctuary. Scheduled for November 1, 2024, to February 28, 2025, the contractor must operate within 50 miles of the Dr. Nancy Foster Florida Keys Environmental Complex. Responsibilities include ensuring the vessel's safety, providing all necessary materials and labor, and adhering to safety and functional standards set by ABYC and USCG. Specific required tasks involve pressure washing, replacing zinc anodes, renewing coatings, adding cleats and a cabin speaker, and servicing the engine and generator. All tasks must be conducted professionally and inspected by NOAA personnel upon completion. The contractor is also advised to communicate with NOAA staff throughout the process and submit a Condition Found Report if unrelated damage is found. Security requirements for access to government IT systems are not applicable to this contract. The document serves as part of federal RFPs, aiming to ensure maintenance and operational integrity of government vessels while adhering to environmental standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    150hp Four Stroke Outboard Engines Amendment 0001
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp four-stroke outboard engines for the R/V GBN1 vessel. The solicitation, identified as number 1333MJ24Q0042, requires compliance with U.S. regulations, including the Buy American Act, and emphasizes specific technical requirements such as a fly-by-wire system and hydraulic steering. This procurement is crucial for maintaining NOAA's marine operations, ensuring that the vessel is equipped with reliable and efficient engines. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Darrin Moore at darrin.moore@noaa.gov.
    150hp Four Stroke Outboard Engines
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp Four Stroke Outboard Engines. The primary objective of this solicitation, numbered 1333MJ24Q0042, is to acquire these engines with specific technical and shipping requirements, including a delivery deadline of November 30, 2024, to Miami, Florida. These outboard engines are crucial for NOAA's operational capabilities, supporting various marine and environmental missions. Interested small businesses must submit their offers, ensuring compliance with the Buy American Act and other federal regulations, with all submissions due by the specified deadline. For further inquiries, potential bidders can contact Darrin Moore at darrin.moore@noaa.gov.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    Request for Information: CHARTERED VESSEL TO CONDUCT LONGLINE SURVEY IN THE EASTERN BERING SEA, THE ALEUTIAN ISLANDS REGION, AND THE GULF OF ALASKA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is conducting a Request for Information (RFI) for the charter of a vessel to perform longline surveys targeting sablefish and other groundfish in the Eastern Bering Sea, Aleutian Islands Region, and Gulf of Alaska. The primary objectives of this procurement include assessing fish abundance, tagging species for migration studies, and collecting biological data to support effective fisheries management. This initiative is crucial for enhancing the understanding of groundfish resources, which are vital for sustainable fisheries practices. Interested vendors are encouraged to submit their capabilities statements by September 23, 2024, to Contracting Officer Crystina Jubie at Crystina.R.Jubie@noaa.gov, and may also participate in a virtual industry day scheduled for the week of September 30, 2024.
    Repair and reconditioning of 28 each Motor, DC Servo, NWS/ROC PN: 2200220-201, ASN: R400-2A1A1B1
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the repair and reconditioning of 28 DC Servo Motors, specifically part number 2200220-201. The objective of this procurement is to restore the motors to "like new" operating condition, ensuring they meet the original manufacturer's specifications and tolerances, which is critical for maintaining operational readiness in weather monitoring systems. Interested vendors must demonstrate their capability to fulfill these requirements, including providing a first article for inspection within 60 days after receipt of order, and must submit their quotes by September 20, 2024, at 3 PM CDT. For further inquiries, potential offerors can contact Marjorie Sabbagh at margie.sabbagh@noaa.gov.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    DRYDOCK: USCGC KATHLEEN MOORE DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydocking and repair of the USCGC Kathleen Moore (WPC-154) during Fiscal Year 2025. The procurement involves a comprehensive scope of work that includes inspection and repair of critical vessel components, adherence to safety and environmental standards, and the development of a Preservation Plan for coating systems. This contract is vital for maintaining the operational readiness and integrity of the Coast Guard fleet, ensuring compliance with federal regulations throughout the repair process. Interested parties, particularly small businesses, must submit their proposals by the specified deadlines, with the anticipated period of performance running from January 14, 2025, to May 13, 2025. For further inquiries, contractors can contact Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    Atlantic Oceanographic and Meteorological Laboratory (AOML), Electrical Upgrade Project
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Electrical Upgrade Project at the Atlantic Oceanographic and Meteorological Laboratory (AOML) located in Key Biscayne, Florida. The project aims to replace aging electrical components, including transformers and panelboards, to enhance safety and operational efficiency, while ensuring compliance with applicable codes and environmental regulations. This total small business set-aside contract, with a budget ranging from $1 million to $5 million, requires contractors to provide all necessary labor, materials, and equipment, and to complete the work within 365 days. Interested parties must submit their proposals by September 25, 2024, and can direct inquiries to Heidi Washburn at heidi.washburn@noaa.gov or Jerrod Schleis at jerrod.schleis@noaa.gov.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.