Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2025 SAM #8571
SOLICITATION NOTICE

19 -- NOAA SHIP RAINIER DRYDOCK & REPAIRS - SYNOPSIS

Notice Date
5/13/2025 8:32:37 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
REQUIREMENTS-24-4677
 
Response Due
5/28/2025 5:00:00 AM
 
Archive Date
06/12/2025
 
Point of Contact
Bridget Cofo, Ashley Perry, Phone: 7573646903
 
E-Mail Address
Bridget.Cofo@noaa.gov, ashley.perry@noaa.gov
(Bridget.Cofo@noaa.gov, ashley.perry@noaa.gov)
 
Description
National Oceanic and Atmospheric Administration (NOAA) Acquisition and Grants Office (AGO) Eastern Acquisition Division (EAD) Synopsis 1. Action Code: Presolicitation - Synopsis 2. Date: 05/13/2025 3. Year: 2025 4. Contracting Office Zip Code: 23510 5. Product or Service Code: 1920 6. Contracting Office Address: 200 Granby Street, Suite 815, Norfolk, VA 23510 7. Subject: NOAA Ship Rainier FY26 Intermediate Drydock Repairs 8. Proposed Solicitation Number: TBD 9. Closing Response Date: N/A 10. Contact Point or Contracting Officer: a. Primary: Bridget Cofo, bridget.cofo@noaa.gov b. Secondary: Mr. Ashley Perry, Ashley.perry@noaa.gov 11. Contract Award and Solicitation Number: Award Number TBD, Solicitation Number is TBD 12. Contract Award Dollar Amount: TBD 13. Contract Line Item Number(s): TBD 14. Contract Award Date: TBD 15. Contractor: TBD (Area/Region of consideration will be West Coast United States) 16. Description: THIS IS A SYNOPSIS NOTICE ONLY. This is not a solicitation or request for quotation (RFQ) and no purchase order will be awarded from this notice. NOAA�s EAD, on behalf of the Office of Marine and Aviation Operations, is soliciting for dry docking and repairs to NOAA Ship Rainier. This 231 foot LOA, 42 foot beam, 14.3 foot draft, 1800 ton Hydrographic Survey Vessel built in 1967 is homeported in Newport, OR. The performance period will begin approximately 5 days after award for procurement of material and other planning and logistics required for the successful performance of the contract. The performance period for work on board the RAINIER will be approximately 76 calendar days, with a start date on or about November 17, 2025 and a completion date on or about February 1, 2026. Ship�s transit time to and from the place of performance is not included in the specified performance period. A site visit is contemplated-but not guaranteed- TBD. Major work items associated with this availability include, but not limited to: BASE WORK ITEMS: Temp Services, Dry Docking, ABS Load Line, Hull & Structure Repairs & Inspections, Tail Shaft Inspection & Maintenance, Controllable Pitch Propeller (CPP) Inspection and Maintenance, Rudder Inspection, Underwater Body Paint Maintenance, Freeboard Paint Maintenance, Fuel Storage, Tank Cleaning, Engineering Space Tank and Bilge Cleaning, Fuel Tank A-05 Flooring Replacement, Anchor & Chain Inspection and Preservation, Boiler Inspection & Maintenance , Main Engine Annual Inspection & Maintenance, MTU Engine Inspection & Maintenance, Emergency Generator Engine Inspection & Maintenance, Emergency Generator Diesel Engine Hydraulic Start Maintenance, Bow Thruster Engine Inspection & Maintenance, Fire & Safety Annual Inspection, Life Raft Annual Inspection & Certification, Steering Inspection & Groom, Piping & Valve Repairs, Structural Repairs, Aft Crane Inspection & Maintenance, Stores Crane Inspection, A Frame Inspection, J Frame Inspection, GMDSS Annual Certification, Sea Trials, Safer At Sea Installation, RA1 Fast Rescue Boat (FRB) Davit Overhaul, RA3 Boat Davit Overhaul, RA4 Boat Davit Overhaul, RA5 Boat Davit Overhaul, RA6 Boat Davit Overhaul, Gyrocompass Repeater and Pelorus Stand Replacement, Bridge Wing Station Replacement OPTIONAL WORK ITEMS: Cutlass Bearing Replacement, Reduction Gear Inspection, Line Shaft Bearing Inspection, Weather Deck Non-Skid Touch Up and Deck Wash, Foremast Maintenance, Aft Mast Maintenance, Carpet Replacement a. Duration of the contract period: 76 days b. Applicable NAICS: 336611 c. The RFQ will be issued via electronic posting under �Contract Opportunities� on the Government-wide Point of Entry (GPE) at https://SAM.gov. The Government anticipates awarding a firm fixed price contract to the contractor whose quote represents the best value considering price and non-price factors. Hard copies of the RFQ will not be issued. It is incumbent upon contractors to monitor the GPE for the release of the RFQ, specifications, drawings and all subsequent amendments. Prospective quoters who are interested in submitting a quote for this acquisition are encouraged to register with the GPE and be included on the �Interested Vendors List� for this acquisition. Quoters must be registered in the �Entity Registrations� database at https://sam.gov and must also obtain a Unique Entity ID from SAM.gov and provide it with the quote. The proposed RFQ will be issued on or about May 28, 2025 with quotations due on or about June 27, 2025. The anticipated award date is on or about July 25, 2025. d. Questions or Comments regarding this notice may be addressed to Contract Specialist Bridget Cofo and Contracting Officer Mr. Ashley Perry at the email addresses above. e. Procedures: The acquisition will be issued as an RFQ in accordance with Federal Acquisition Regulation (FAR) Part 13.5, Simplified Procedures for Certain Commercial Items, and FAR Part 12, Acquisition of Commercial Items. f. Solicitation will include foreseeable costs and ship�s transit time to and from the place of performance is not included in the specified performance period. The solicitation will include a liquidated damages clause 17. Place of Contract Performance: Contractor�s Facility 18. Set-aside Status: This acquisition will be full and open competition; all responsible sources may submit a written quotation which shall be considered by the agency
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f2c276c80f54aa5bacca89c8cede4b1/view)
 
Place of Performance
Address: Newport, OR, USA
Country: USA
 
Record
SN07441077-F 20250515/250513230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.