Amendment 0001
Change Offer Due date to September 18th 2025
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 1333MK25Q0149 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 Oscar Dyson requires an ROV for ship hull cleaning and inspection. ROV must be compliant with Made in America/ Buy American requirements.
The solicitation is being issued as a total small business set-aside. The associated NAICS code is 336310 with a size standard of 1050 employees.
The SCA is exempted for this supply order
Quotes will be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021).
Responses are due by 09:00am EST/EDT on September 12 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
CLIN 0001 – BASE PoP
NOAA Ship Oscar Dyson requires a Remotely Operated Vehicle (ROV) for hull and propeller inspections when dive teams are unavailable or conditions are unsafe for diving. The ROV will be used to:
• Inspect the hull, propeller, rudder, and sensors mounted within the hull.
• Remove debris (typically kelp) from the propeller.
• Aid in the search for missing or damaged shallow moorings (<300m).
The Dyson operates in Kodiak and Dutch Harbor, Alaska, where strong currents, poor visibility, and freezing water temperatures in the Bering Sea and Gulf of Alaska present challenging conditions.
The current 2-thruster ROV onboard is inadequate due to poor control, inability to maintain depth, weak lighting, and limited camera angles. Past incidents of entanglement in the ship’s propeller required dive team intervention and restricted operational readiness. Training with a 6-thruster ROV demonstrated significantly improved control and usability, indicating that a 6-thruster system is necessary to meet operational needs safely.
For these reasons, the Dyson requests procurement of an American-made ROV meeting the specifications below.
TECHNICAL SPECIFICATIONS NEEDED:
• Thrusters: Magnetically coupled brushless; minimum of 4 vectored horizontal and 2 vectored vertical.
• Thrust: Forward >100 lbs; Lateral >50 lbs; Vertical >50 lbs.
• Speed & Station Holding: Capable of 3.0 knots; must hold station in currents up to 2.0 knots.
• Depth Rating: >300m.
• Tether/Umbilical: Fiber-optic, neutrally buoyant in freshwater/slightly buoyant in saltwater, breaking strength 2,100 lbs, minimum bend radius 4.5", length >300m (500m preferred).
• Flotation: Neutrally buoyant; configurable flotation and ballast.
• Frame: Open frame design to accommodate auxiliary sensors.
• Lighting: =2 lights, =15,000 lumens total, with options to add more.
• Camera: 30x optical zoom, 12x digital zoom, image stabilization, 65° horizontal FOV, low-light (=1.4 lux), white balance, advanced image adjustments.
• Camera Tilt: =90° tilt range.
• Integration: Open architecture for additional sensors (e.g., sonar, fiber-optic gyro, altimeter).
• Manipulator Arm: Multifunction grabber/reach arm with interchangeable attachments.
• Navigation: GPS controller and positioning system (ship-integrated) requested or optional.
• Recording Capability: High-resolution video recording.
• Portability: Standalone system including ROV, tether, control console, and power supply.
• Weight: Preferably <200 lbs for ease of deployment.
• Environmental Conditions: Capable of operation in sub-zero air and freezing water temperatures.
QUANTITY NEEDED:
1 (one) ROV unit.
DELIVERABLE SCHEDULE:
Preferred Delivery NLT 12/01/2025
PLACE OF PERFORMANCE or DELIVERY ADDRESS:
NOAA Ship Oscar Dyson
2002 SE Marine Science Drive
Newport, OR 97365
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 CHRISTOPHER.BAKER@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00PM EST/EDT ON 7/3/2025. 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).
(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 Acceptability/Capability.
Vendors quotes shall be evaluated by the customer to confirm it is Technically acceptable based on requirements in the statement of work.
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. Specification sheet and drawings of offered product.
4. Price (Firm Fixed, to include FOB Destination).
5. Must meet made in America (Buy American) requirements. If the product is manufactured in another country it will not be considered
The Government intends to award a low priced, technically acceptable, 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)
FAR 52.232-18 Availability of Funds (Apr 1984)
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 September 12 2025, 0900, ED 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.
***All Questions must be submitted in writing to (EMAIL), by September 11, 2025 2000 ED. 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