Amendment 0002
Competition was not met and this requirement is being extended until 9/19/2025 0800 but will remain Total Small Business Set-aside.
Detail itemized breakdown of quote per required service needs shall be provided or quote will be considered non-responsive.
All other terms and conditions will remain the same.
End of Amendment.
Amendment 0001
This amendment is to accomplish the following
Provide an updated SOW, answer questions and answers
1. What type of crane is required (e.g., portable gantry crane or otherwise)? Which ever crane can move Container with max weight of 16,000 lbs
2. Where are the containers being transferred? Specifically, are they being moved around on deck, loaded onto the vessel, or discharged ashore to trucks? One day will be used for shifting items around on the vessel, the second day will be to load from pier to vessel.
3. Generator. The requirement is for two 400 amp cables with standard NATO ship to shore connections. These NATO connections are not available. We can supply bare end cables with lugs that could then be connected to ship by ship's force. Is this acceptable? No If NATO Connection is not available, then NO QUOTE the Generator.
4. Waste oil. Please give a general idea of the amount of pumping time necessary to empty your tanks. We have experienced very slow pumping rates with some NOAA ships, especially when transferring used oil products. Can you also advise % of oil to water? took about two hours to empty our oily waste tank (~95% water, 5% oil product) the other day. And it was about 45 minutes to empty approximately 800 gallons from our waste oil tank (100% oil).
5.Security - Can you confirm if the intent here is solely dockside/gangway coverage, or if onboard security sweeps are explicitly required? For security, our intent is to have the contract security stay near the gangway and conduct security rounds of the ship during hours when the crew is not working. This is commonly how we purpose our security on the ship.
All other terms and conditions remain the same.
end of amendment 0001.
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 1333MK25Q0156 constitutes a Request for Quotation (RFQ) which Incorporates provisions and clauses in effect through the Federal Acquisition Circular 2025-05.
The National Oceanic Atmospheric Administration (NOAA), Office of Marine & Aviation Operations (OMAO), Marine Operation Center (MOC), NOAA Ship Ronald Brown, requires the following port and harbor operations support at Port Everglades, Florida. The period of performance is on or about 16 OCT – 19 OCT 2025 (4 days).
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.
The wage rates WD # 2015-4535 , revision 33 posted on July 08, 2025 are incorporated and may be viewed at SAM.gov.
Quotes will be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021).
Responses are due by 5:00pm EST/EDT on 9/16/2025. 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.
Christopher Baker
Christopher.Baker@noaa.gov
FIRM FIXED PRICE
Each CLIN will be individually evaluated for best value to the government
1. Pilotage o Inbound on initial arrival on or about 16 OCT 2025 and outbound on initial departure on or about 19 OCT 2025
Including launch services for embarking/disembarking
2. Pier Space of 300 linear feet o More than 22 feet of water at Mean Lower Low Water
Dedicated such that ship will not be required to move for entire period of performance
Pier space shall include all port berthing fees
3. Line Handlers o At least two able bodied line handlers, one at the bow and one at the stern.
Upon arrival and departure, scheduled morning departure and afternoon arrival on 16 OCT 2025, and available for shifting ship in the interim if needed.
To be scheduled and/or rescheduled with 24 hour notice.
Ready on station at least 15 min prior to arrival and 15 minutes prior to departure.
4. Agent
Brief vessel command upon arrival on local area emergency services including law enforcement, fire, medical, environmental and associated contact points, and regular and after hour call and response procedures
Brief vessel command upon arrival on relevant local regulations, known security or health risks, local parks/restaurants/businesses
Phone communications daily, and 24 hour/7 day availability if needed
Act as single point of contact for all services to be received, and take responsibility for all associated coordination, subcontracting, invoicing and payments
5. Potable Water o delivery by pipeline or hose at the pier
require one hook up during which ~2000 gal of potable water per day would be provided
the ship will supply their own hose
acceptance of water is dependent on RHB testing, if other than U.S. municipal water source
6. Sewage
Offload by pipeline at the pier if available, or by truck otherwise
Connected/disconnected by pier operators upon arrival/departure, if by pipeline ¿ 3” CAM connection preferred, adapters available for other size connections
1 total trucks, if by truck
If by truck- 5,000gal truck capacity
Total of 1 offload planned on day after arrival.
7. Shoreside Generator o Provided and delivered to the assigned berth with the following specifications: 480 V
2 x 400 AMP
Standard NATO ship to shore connections (see photo below)
Self-contained in CO2 protected container • An industry standard containment system around the generator and possibly fuel tank that provides protection against fire or other generator emergency.
Designed for unmanned operation
All engine/generator trips full operational
24/7 maintenance, fueling, and upkeep support • Estimated fuel burn rate 600 gal/day for in-port power requirements
Coordination and port clearance for separately procured shoreside generator, if it not included in port services contract
8. Domestic Garbage (20 cubic yard receptacle, emptied day alongside & upon departure) o Total of 2 tips planned (1 on arrival and 1 on departure)
24-hour advance notice will be provided if needed more frequently
9. Recycling (10 cubic yard receptacle, emptied day alongside & upon departure) o Total of 3 tips planned (approximately 1 tip/week)
24-hour advance notice will be provided if needed more frequently
10. Parking
Pier side or within 100 yards in proximity to the pier
Accommodations for 15 vehicles
Parking permits or passes for each vehicle as required
11. (Unarmed) Security Watch Standers
0000-0800 and 1600-2400 on weekdays
24-hours/day on weekends and holidays
Conduct hourly security rounds throughout the vessel and provide gangway watch
Properly perform colors procedure at 0800 and sunset time on weekends and holidays
Properly perform colors procedure at sunset time on weekdays
Estimated hours 80
12. Coordination and Port Clearance for Separately Procured Crane Service
Approximately 8 hours on 2 days alongside (16 hours total)
Transferring multiple standard 20’ cargo containers (12,000-14,000 lbs)
13. Fork Lift
Approximately 16 hours
4-8 hours per day on 16-19 OCT 25
24-hour advance notice will be provided if needed on other dates
14. Bilge Water & Oil Residue (including used oil tank)
Removal and Disposal o Up to 4,000 gallons total (including oily water, bilge water and used oil)
Off load by truck and proper disposal
15. Package mailing and receiving o Require a mailing facility that can accept deliveries from UPS, USPS, FEDEX
Would be required to store mail/packages/pallets for up to 24 hours
Is a reasonable distance from the ship and access is such that we may pick up packages, pallets, mail daily
Must have a means of delivering pallets to the ship.
We are unable to provide a clear estimate of packages delivered but it will be upwards of 40 a day- likely more at the start of the SOW and less at the end.
Non-Priced Item - Ship Crane usage
Permission and ability to load cargo and science team supplies onto the pier using the ship’s crane as needed
CLIN– Option Services
Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for Port and habor operations at the Port of Everglades Pier assigned, in accordance with the Statement of Work and within the Period of Performance.
The start date is an estimate and is subject to new funding approval processes. If there is a significant delay in awarding this contract, a shortened base year Period of Performance may be utilized or an updated quote may be requested with a new 12-month base year and corresponding option years.
See Statement of Work for additional details.
CAR 1352.215-72 Inquiries (Apr 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO Christopher.baker@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00PM EST/EDT ON 15 September 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 Christopher.baker@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 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. Technical Approach and Capability.
The Offeror’s overall technical approach will be evaluated to assess the Government's level of confidence in the Offeror’s understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work. Provide a detailed description of the company’s experience performing similar services. A detailed technical approach write-up describing how the Offeror will perform this service is required to be submitted with the quote regardless of whether a site visit was made or not. The technical approach write-up must not be a reiteration of the Statement of Work, but how your company plans on performing the tasks listed in the attached Statement of Work. (i.e. performance checklists, anticipated number of employees, anticipated hours at the facility and/or confirmation of supplies being provided, etc.) Detail itemized breakdown of quote per required service needs and how it is billed, i.e. gallon, hour, day etc., shall be provided or quote will be considered non-responsive.
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. Availability.
5. Port Agent.
The Government intends to award a trade-off best value, multiple firm fixed-price purchase order on an all or some 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 before 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 52.217-5 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 Offer due date listed.
The Government does not accept responsibility for nonreceipt of email. It is the Contractor’s responsibility to request a confirmation of the email receipt.
***All Questions must be submitted in writing to Christopher.baker@noaa.gov, by/before 24 hours before offer due date. 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