This is a Request for Information - SOURCES SOUGHT ANNOUNCEMENT. IT IS NOT A SOLICITATION, NOR DOES IT GUARANTEE A SOLICITATION WILL BE ISSUED. The purpose of this Sources Sought Announcement is to gain knowledge of potential business firms that have the technical capabilities and capacity required of the government. Responses to this Sources Sought Announcement will be used by the Government in making appropriate acquisition decisions. Please note: REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.
Any information submitted in response to this Sources Sought Announcement is strictly voluntary. The Government will neither award a contract solely based on this notice, nor pay for any information submitted by respondents. Failing to provide a response to this announcement will not prohibit/exclude an interested vendor from participating in a future solicitation.
Background/Overview:
The NOAA Fisheries Alaska Fisheries Science Center (AFSC) RACE Division, located in Seattle, Washington, has a requirement to purchase cable and wire to construct and repair trawls in preparation for surveys and research conducted in Alaskan waters. The AFSC conducts five distinct bottom trawl surveys in Alaska; some are performed annually and some biennially under the Magnuson–Stevens Fishery Conservation and Management Act (2007), 16 U.S.C. 1881 MSA § 401. The data collected on these fishery-independent surveys are integral to the stock assessments of all commercial fish and crab species in Alaska, and successful completion of these surveys is a core function of the AFSC. This requires both fishery-independent surveys and scientific research fieldwork in which trawls are often used. The trawls suffer damage and wear during these activities and need repair and eventual replacement to continue operating as designed. In order for the trawl surveys to provide reliable and unbiased information, the fishing gear and methods are strictly standardized so that observations are consistent and unbiased from location to location and from year to year so that the change in materials or methods does not bias abundance estimates. A variety of materials are used to construct and repair these trawls, including wire rope, cable, and assorted hardware. These materials must be the same from year to year, and the specifications must remain the same over time to ensure standardization. The AFSC Research Fishing Gear Program is responsible for the construction and repair of all trawls used for both survey and research purposes.
Technical Specifications / Essential Salient Features:
Vendors interested in responding to this announcement shall only provide detailed information for the following cable and wire with the following specifications:
• 3/4" x 60 ft W/ Rein Thimble eyes both ends no tag; Qty 38 each
• 3/4" x 40 ft W/ Rein Thimble eyes both ends no tag; Qty 20 each
• 5/8" 6x19 Galv Galvanized Independent Wire Rope Right Regular Lay lube dry Imported cable; Qty 10,000 ft
Interested vendors are also requested to provide the following information in response to this Sources Sought Announcement:
1. A statement that you believe your firm has the capability to meet all above stated requirements, including:
a. A technical specification sheet for the product describing salient features in detail. Alternates to any salient features must identified and must be described in detail.
b. Provide the materials used for construction of galvanized wire rope
c. Location of manufacturing to include Country and as applicable, to include State and City
2. Delivery schedule. Please include the soonest reasonable date that delivery may be possible to a United States (Washington State) address.
3. Your firm's SAM.gov Unique Entity Identification (UEI) number & CAGE code
4. Your firm's SBA certified small business concern status. Specifically identify if your firm is HUBZone-certified, Service Disabled Veteran Owned, or in the SBA’s 8(a) program, etc. If your firm is not small, please state that it is a large business.
The North American Industry Classification Code (NAICS) is 332618 with a size standard of 500 employees.
No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor’s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations
This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued.
Responses shall be provided to Christie Lang via email at Christie.Lang@noaa.gov no later than 5:00 PM (Eastern Time) on Friday, August 8, 2025.