MOC-P Electric Work Boat
ID: 1333MK25Q0116Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

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 procurement of a small electric work boat, specifically a 13 to 14-foot inflatable center console boat, for use by the Marine Operations Center Pacific (MOC-P). This boat is essential for assessing the condition of the MOC-P pier and providing support to ships, as MOC-P currently lacks a suitable vessel. The procurement includes the delivery of the boat equipped with an electric engine, serving as a testing unit for potential alternative energy solutions. Interested parties should contact Isaac Bright at ISAAC.BRIGHT@NOAA.GOV or (541) 283-5107 for further details, noting that this opportunity is set aside for small businesses under the SBA guidelines.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    MOC-P Electric Work Boat
    Currently viewing
    Solicitation
    Similar Opportunities
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Buyer not available
    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.
    Lease of Small Craft
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    Bravo Dive Boat 65DS1101
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    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.
    Southeast Fisheries Observer Programs
    Buyer not available
    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.
    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.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    20--CRADLE,BOAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a boat cradle (NSN 2090013091819) intended for delivery to the USNS Joshua Humphreys (HULL T AO 188). The requirement includes a single unit to be delivered within 20 days after order, with the approved source being 63504 D406560. This procurement is crucial for maintaining operational readiness and support for naval vessels. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Inland River Towboat
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers - St. Paul District, is seeking to procure a commercial off-the-shelf (COTS) inland river towboat, either new or used (1990 or newer), to support operations on the Upper Mississippi River. The vessel must meet specific requirements, including a draft of no more than 8 ft 6 in, a horsepower range between 1,200 and 3,000 BHP (with a preference for 1,800 - 2,000 for new builds), and accommodations for at least four crew members, including necessary facilities. This procurement is crucial for enhancing operational capabilities on the river, and the solicitation is open to firms of any size, with the government planning to award based on the Best Value approach. Interested parties should submit their offers through the PIEE Module, and for further inquiries, they can contact John Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614.
    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.