SOLICITATION NOTICE
19 -- NOAA Class C Vessels
- Notice Date
- 2/26/2026 11:58:21 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
- 1305M226R0005
- Response Due
- 3/13/2026 1:00:00 PM
- Archive Date
- 03/28/2026
- Point of Contact
- Chris Meconnahey, Phone: 7573646905
- E-Mail Address
-
Chris.Meconnahey@noaa.gov
(Chris.Meconnahey@noaa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- EAD Synopsis Action Code: Presolicitation-Synopsis Date: 02/26/202 Year: 2027 Contracting Office Zip Code: 23510 Product or Service Code: 1910 NAICS Code: 336611 Contracting Office Address: 200 Granby Street, Suite 815, Norfolk, VA 23510 Subject: Design and Production for NOAA Class C Vessels Proposed Solicitation Number: 1305M226R0005 Closing Response Date: 03/13/202 Contact Point or Contracting Officer: Primary: Mr. Chris Meconnahey, Chris.Meconnahey@noaa.gov Secondary: Mr. Ashley Perry, Ashley.Perry@noaa.gov 12. Contract Award Number: TBD 13. Contract Award Dollar Amount: TBD 14. Contract Line Item Number(s): Phase 1: CLINS Design 0001, Design Data 0002, Phase 2: Ship 1 1001, 100101,100102, 1002, 1003, 1004, 1005, Ship 2 2001, 200101, 200102, 2002, 2003, 2004, 2005, Ship 3 3001, 300101,300102, 3002, 3003, 3004, 3005, Ship 4 4001, 400101, 400102, 4002, 4003, 4004, 4005, Ship 5 5001, 500101, 500102, 5002, 5003, 5004, 5005, Ship 6 6001, 600101, 600102, 6002, 6003, 6004, 6005 15. Contract Award Date: Anticipated 12/31/2026 16. Contractor: TBD (Area/Regions of consideration will be the United States) 17.Description: THIS IS A SYNOPSIS NOTICE ONLY. This notice is for informational purposes only and does not constitute a solicitation or request for proposals. No contract will be awarded as a result of this notice. NOAA, EAD, on behalf of Platform and Infrastructure Acquisition Division (PIAD), intends to issue a solicitation for the design and construction of up to 6 Class C research vessels. The anticipated performance period will commence upon contract award. Phase 1 � Design: Phase 1 is anticipated to include awards to up to 3 contractors for an approximately 18 month design phase covering the full design of 6 vessels. Phase 2 � Production (Options): The Government anticipates including option provisions for the production of up to six vessels. Additional options may include associated data deliverables, spares, and outfitting material. The Class C vessels will be designed and constructed to support fisheries research and ecosystem surveys, including pelagic and benthic trawl operations. Vessels will meet or exceed applicable structural and classification standards of the American Bureau of Shipping (ABS), leverage proven commercial ship design practices, and incorporate modern, reconfigurable laboratories to support scientific sampling and survey missions. Vessel systems will provide reliable propulsion, dynamic positioning capability, and mission-capable seakeeping to ensure sustained operations in support of NOAA�s research objectives. Mission support features will include, but are not limited to: Stern trawling system, Launch/recovery capabilities for small boats and uncrewed maritime systems (e.g., Remotely Operated Vehicles (ROVs), Autonomous Underwater Vehicles (AUVs)), Dedicated Conductivity, Temperature, and Depth (CTD) and over-the-side operations areas, Marine mammal observation Areas with unobstructed forward arcs, Accommodations for embarked crew and scientific personnel. Scientific capabilities will include a standard suite of research transducers and sensors. hull form and centerboard design will minimize noise and bubble sweepdown to maximize acoustic performance and operational effectiveness. Duration of Contract The anticipated total ordering and performance period is approximately 5 years and 18 months, inclusive of the design phase and all production options, if exercised. Solicitation Information The Request for Proposal (RFP) will be issued via electronic posting under �Contract Opportunities� on the Governmentwide Point of Entry (GPE) at SAM.gov. The Government anticipates awarding up to 3 Firm-Fixed-Price (FFP) contracts for Phase 1 (Design) to the offerors whose proposals represent the best value to the Government, considering price and non-price factors. Following completion of Phase 1, the Government intends to select 1 of the Phase 1 awardees for Phase 2 (Production), which will include options for the construction of up to 6 vessels, associated data deliverables, spares, and outfitting material. Hard copies of the RFP will not be issued. It is the responsibility of interested parties to monitor SAM.gov for the release of the RFP, specifications, drawings, and any subsequent amendments. Due to the size and volume of certain reference documents, not all materials will be posted directly to SAM.gov. After release of the RFP, interested parties may submit a written request for access to the reference materials via email to the Contract Specialist, Mr. Chris Meconnahey, with a copy to the Contracting Officer, Mr. Ashley Perry. Prospective offerors are encouraged to register at SAM.gov and add themselves to the Interested Vendors List for this requirement. Offerors must be registered in the Entity Registrations module at SAM.gov and possess a valid Unique Entity ID (UEI) at the time of proposal submission. Questions regarding this notice may be submitted to the Contract Specialist and Contracting Officer identified above. 18. Place of Performance: Contractor�s Facility 19. Set-aside Status: This acquisition will include a small business reserve in accordance with RFO 52.219-31. Phase I will result in multiple awards (up to three). 1 Phase 1 award will be reserved for a small business concern, provided adequate competition is received.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7cb0c0956b7041abb8c7a434cabc36a3/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07728328-F 20260228/260226230038 (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 |