Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2026 SAM #8858
SOLICITATION NOTICE

F -- Provide Boom for approx. 8 refueling evolutions, a

Notice Date
2/24/2026 11:25:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
1333MK26Q0030
 
Response Due
3/6/2026 5:00:00 PM
 
Archive Date
03/21/2026
 
Point of Contact
BAKER, CHRISTOPHER, Phone: 7573170683
 
E-Mail Address
CHRISTOPHER.BAKER@NOAA.GOV
(CHRISTOPHER.BAKER@NOAA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUISITION 140802-26-0188 This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR SUBPART 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Combined Synopsis/Solicitation 1333MK26Q0030 constitutes a Request for Quotation (RFQ) which Incorporates provisions and clauses in effect through the Federal Acquisition Circular 2025-06. The National Oceanic Atmospheric Administration (NOAA), Office of Marine & Aviation Operations (OMAO), Marine Operation Center (MOC), Marine Operation Center Atlantic, requires a vendor to provide Boom for approx. 8 refueling evolutions, and/or service which requires the vessel to have a containment boom at the following locations: 1050 Register Street North Charleston, SC 29405 or 196 Tradd Street Charleston, SC 29401 The solicitation is being issued as a total small business set-aside The associated NAICS code is 488310 with a size standard of $47.0 Million. Quotes will be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021). Responses are due by 08:00pm MST/MDT on 03/06/2026. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government. Your response, technical, and pricing should be forwarded electronically to the Contracting Specialist via email no later than the date and time specified above. When responding, please include the Requisition number in the subject line. To verify receipt of your response, please contact me either by email or phone. Chris Baker Christopher.baker@noaa.gov Description Provide up to a 1000ft of boom during a scheduled fueling event for NOAA Vessel in Charleston, SC during multiple events over the coming months. POP 10-March-2026 to 30-Dec-2026. CLIN 0001 � Provide up to 1000ft fuel boom for partial enclosure of vessel fueling/oil transfer operations. � Deploy and Recover fuel boom prior to and after event. � Additional full-enclosure or larger boom requirements met with longer lead times. FIRM FIXED PRICE for 1000ft of Boom all inclusive Boom Per Ft Cost $ Deployment/Recovery$ All other cost $ Total $ Place of Performance 1050 Register Street North Charleston, SC 29405 � NOAA Ship Nancy Foster � On or about 25-Feb-2026 � NOAA Ship Nancy Foster � On or about 14-Jul-2026 � NOAA Ship Nancy Foster � On or about 07-Aug-2026 CLIN 0002 � Provide all personnel and equipment required to deploy and retrieve 300ft of boom during a scheduled fueling event for NOAA Vessel Ferdinand Hassler located at 196 Tradd Street Charleston, SC 29401 during multiple events over the coming months. � FIRM FIXED PRICE for 300ft of Boom all inclusive � Boom Per Ft Cost $ � Deployment/Recovery$ � All other cost $ � Total $ � Provide all personnel and equipment required to deploy and retrieve 450ft of boom during a scheduled fueling event for NOAA Vessel Gordon Gunter located at 196 Tradd Street Charleston, SC 29401 during multiple events over the coming months. � FIRM FIXED PRICE for 450ft of Boom all inclusive � Boom Per Ft Cost $ � Deployment/Recovery$ � All other cost $ � Total $ � NOAA Ship Ferdinand Hassler � On or about 04-Mar-2026 � NOAA Ship Ferdinand Hassler � On or about 19-May-2026 � NOAA Ship Ferdinand Hassler � On or about 02-Apr-2026 � NOAA Ship Ferdinand Hassler � On or about 16-Apr-2026 � NOAA Ship Gordon Gunter � On or about 18-May-2026 Place of Performance 196 Tradd Street Charleston, SC 29401 Point of Contacts for scheduling confirmations are as follows: Option for additional boom Additional Boom shall be calculated based on the overall cost for one boom evolution @1000ft / 1000 multiplied by (x) feet required for the NOAA Vessel. UTILIZATION OF FEDCONNECT� FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect� web portal in administering this award. The contractor must be registered in FedConnect� and have access to the FedConnect� website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect� questions please call the FedConnect� Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect�. (End) CAR 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO Chris Baker. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00PM EST/EDT ON December 27, 2025 Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to Chris Baker. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote and PAGE 1 of their SAM REGISTRATION. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Acknowledge any solicitation amendments (SF-30), if any. 5. For brand name requirements; Address the ability of meeting the requirements per the specifications with a detail material specification or data sheet, pictures of any requested supply item, and an Authorized OEM letter to sale, distribute or service their products. 6. Provide Copy of Liability Insurance for any services to be performed. 7. Provide at least two references for Jobs performed within the past three years that are same or similar in scope to this requirement. 8.Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). The evaluation will consider the Non-Price Technical Solution (Technical Approach and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in determining which vendor will receive the award. The Government intends to evaluate the quotes and award a purchase order based on the Offeror�s initial quote; therefore, the Offeror�s initial quote should contain the Offeror�s best terms from a Non-Price Technical Solution and price standpoint. The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes received. The Government may make award to other than the lowest-priced Offeror or the Offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following: 1. Capability (Technical). Vendor must have boom, able to deploy and recover the boom, flexible with schedule changes, work with fuel company to coordinate timing of fuel up so boom is in place as fueling is ready to commence. Have access to FLETC and Charleston City Pier. 2. Past Performance. Quote shall include at least two references from at least two separate contracts for similar and relevant recent services within the past two years including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror�s capability to successfully perform the services listed in the Statement of Work. The offeror is required to fill out blocks 1-4 and send the attached Past Performance Questionnaire to the references provided by the offeror in their submission. The references should complete the Past Performance Questionnaire and then email it directly to (CS/CO email) by the closing date and time of this solicitation. The Government reserves the right to consider past performance report forms received after the due date and time of the solicitation, past performance questionnaires submitted from previous solicitations, and to contact references for verification or additional information. The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency�s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A good past performance rating provides higher confidence than a neutral or satisfactory rating. 3. Price. The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements. Quoted prices must be entirely compatible with the Non-Price Technical Solution. 4. Delivery/Period of Performance considerations. 5. Quote must confirm whether the boom is being provided by you are a subcontractor, and if you are deploying/recovering it. The Government reserves the right to award directly to subcontractor, if price in itself shall save the Government in cost. 6. Quotes shall be itemized and identify priced items, Small Boat fee, deployment/recovery and cost per boom, and overall FFP. Quotes which are not clear on the overall price and include a breakdown shall be considered nonresponsive. The Government intends to award a trade-off, single firm fixed-price purchase order on an all basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) NAM 1330-17.203(b) (1) Modify FAR 52.212-2 Evaluation � Commercial Items, FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award, or FAR 52.217-5 Evaluation of Options, as applicable, to include the following statement: �Except when it is determined in accordance with FAR 17.206(b) not to be in the Government�s best interests, the Government will evaluate offers or quotations for award purposes by adding the total price for all options to the total price for the basic requirement to determine the total evaluated price. This includes options under FAR clause 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options will not obligate the Government to exercise the option(s).� (2) Include the following statement in all solicitations and resultant contracts and orders: �Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.� (End of provision) FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day from expiration. (End of clause) Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise. FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) This includes options under FAR clause 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options will not obligate the Government to exercise the option(s). All responsible sources may submit a quotation which shall be considered by the Agency. Quotes must be submitted via electronic means (EMAIL) no later than posted offer due date TO CHRISTOPHER.BAKER@NOAA.GOV. The Government does not accept responsibility for nonreceipt of email. It is the Contractor�s responsibility to request a confirmation of the email receipt. TELEPHONE INQUIRIES WILL NOT BE HONORED. *** Contractors are encouraged to register with SAM.GOV vendor notification services as well as the interested vendors list for this acquisition. Quoters must be registered in the SAM,GOV database to be considered for this award. Registration is free and can be completed online at HTTP://WWW.SAM.GOV/. Page 1 of completed SAM.gov registration must be with quote package. For additional Clauses and provisions please see attached STANDARD FORM 1449
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2acc74c8e3c64b17838dd3a7b7af8d1b/view)
 
Record
SN07725020-F 20260226/260224230037 (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!  © 1994-2026, Loren Data Corp.