COMBINED SYNOPSIS/SOLICITATION
NOAA NWFSC Sampling Net and Fishing Gear Repair Services
(i) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.
(ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1333MF25Q0054.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 (08/07/2025) (Deviation 2025-07) (May 2025).
(iv) This solicitation is being issued as unrestricted and open to all sources. The associated NAICS code is 541990. The small business size standard is $19.5M.
(v) This combined solicitation/synopsis is for the purchase of the following commercial services:
CLIN 0001
Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for the catastrophic repair of Aberdeen 85/104 NWFSC WCB Bottom Trawl in accordance with the Statement of Work. One service job. Period of Performance shall be 12 months from the date of the award of the Purchase Order.
CLIN 0002
Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for the general repair of one Aberdeen 85/104 NWFSC WCB Bottom Trawl in accordance with the Statement of Work. Two service jobs. Period of Performance shall be 12 months from the date of the award of the Purchase Order.
CLIN 0003
Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for the minor repair of one Aberdeen 85/104 NWFSC WCB Bottom Trawl in accordance with the Statement of Work. Four service jobs. Period of Performance shall be 12 months from the date of the award of the Purchase Order.
CLIN 0004
Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary to certify net body, intermediate, and codend of Aberdeen 85/104 NWFSC WCB Bottom Trawl in accordance with the Statement of Work. Ten service jobs. Period of Performance shall be 12 months from the date of the award of the Purchase Order.
CLIN 0005
Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary to rebuild 16 shots 90’ NOAA NWFSC mud gear in accordance with the Statement of Work. Sixteen service jobs. Period of Performance shall be 12 months from the date of the award of the Purchase Order.
CLIN 0006
Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary to certify 32 shots of 90’ mud gear in accordance with the Statement of Work. Thirty-two service jobs. Period of Performance shall be 12 months from the date of the award of the Purchase Order.
CLIN 0007
Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary to deliver 1 certified85/104 Aberdeen Trawl Net from the contractor’s facility to Coastal Washington (Port Angeles, WA) and transport damaged trawl from Port to net repair in accordance with the Statement of Work. One service job. Period of Performance shall be 12 months from the date of the award of the Purchase Order.
CLIN 0008
Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary to transport 1 certified 85/104 Aberdeen Trawl Net from the contractor’s facility to Southern Oregon (Newport, OR) and transport damaged trawl from Port to net repair facility in accordance with the Statement of Work. One service job. Period of Performance shall be 12 months from the date of the award of the Purchase Order.
(vi) Description of requirements is as follows:
See attached Statement of Work for the Base One-Year Period of Performance.
INVOICES TO BE BILLED IN ARREARS. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD.
(vii) Date(s) and place(s) of delivery and acceptance:
Period of performance shall be:
Base Year: 12 months from Date of Award (DOA).
Place of Performance is at the contractor’s facility.
(viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.
(ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.
(x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer, unless the offeror’s Reps & Certs section on SAM.gov is accurate and current.
Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
(xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.
(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment.
(xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.
(xv) Quotes are required to be received in the contracting office no later than 5:00PM ET on 08/25/2025. All quotes must be submitted electronically via email to the Contracting Officer, Shawana.Randolph@noaa.gov, and to the Contracting Specialist, Raynier.Camerino@noaa.gov.
(xvi) Any questions regarding this solicitation should be submitted electronically via email to the Contracting Officer, Shawana.Randolph@noaa.gov, and to the Contracting Specialist, Raynier.Camerino@noaa.gov.
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)
1352.215-72 Inquiries (Apr 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO THE CONTRACTING OFFICER, Shawana.Randolph@noaa.gov, AND TO THE CONTRACTING SPECIALIST, Raynier.Camerino@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 7 CALENDAR DAYS FROM THE POSTING DATE. 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. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to the Contracting Officer, Shawana.Randolph@noaa.gov, and to the Contracting Specialist, Raynier.Camerino@noaa.gov.
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.
3. Offerors shall assume that the Government has no prior knowledge of them or their capability.
4. 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)
Offer 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. The following shall be used to evaluate offers:
Factor 1 - The offeror shall have all the technical knowledge and capabilities to provide the needed services described in the Statement of Work, in terms of the scope to accomplish the tasks, and meet the delivery schedule requirements. The vendor shall provide a detailed response to support their technical knowledge and capabilities for these evaluation factors.
Factor 2 - Experience. The offeror shall provide a background, experience, and qualifications that will support the offeror’s capability to successfully perform the contract requirements.
Factor 3 - PAST PERFORMANCE. 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, effective management of subcontractors, cost management, level of communication between the contracting parties, proactive management, and customer satisfaction. If a quoter has no relevant past performance, the quoter must affirmatively state that it possesses no relevant past performance history. Offerors who fail to either provide past performance information or affirmatively state that they have none may be considered non-compliant with the solicitation.
Factor 4 - FIRM-FIXED PRICE. The proposed prices/costs will be evaluated. The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed costs must be entirely compatible with the technical knowledge and capabilities.
The Government intends to award a trade-off, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30. The evaluation factors are listed in descending order of importance.
(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)