M--Moorage - Port Call Pago Pago
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Oceanic and Atmospheric Administration (NOAA), Office of Marine & Aviation Operations (OMAO), Marine Operation Center (MOC), is seeking Port and Harbor Operational Support (Moorage) for the NOAA Ship Oscar Sette in Pago Pago, American Samoa. This is a Combined Synopsis/Solicitation (RFQ) for commercial items. The solicitation is a Total Small Business Set-Aside.
Scope of Work
The requirement includes a range of husbanding services for port calls, such as:
- Port Agent Services: Liaison between ship and services.
- Pier Space/Dockage: Minimum 300 ft pier space with 25 ft depth.
- Pilot Arrangement: Inbound/outbound transit pilot, with optional tug boat.
- Line Handlers: At least two able-bodied line handlers for arrival and departure.
- Utilities: Shore power connection (optional).
- Linen Service: Pick-up, wash, fold, and delivery of up to 100 lbs of linens.
- Rental Vehicles: Three cars and one 15-person van, with gas cards.
- Forklift: Class IV or V forklift (optional).
- Food Stores Procurement: Procurement and delivery of various food items.
- Maintenance Services: Facilitating access for contractors for repairs.
- Waste Oil Removal: Coordination and procurement of waste oil and oily waste removal (optional).
- Additional Support: Including tug, food stores, mooring lines, security, and small boat transfer.
Multiple awards shall be made for additional port calls at quoted pricing. Three purchase orders are anticipated for specific port calls between May and July 2026.
Contract & Timeline
- Type: Firm Fixed-Price Purchase Order(s) (single or multiple awards)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 488310 (Other Port Services) with a $47.0 Million size standard.
- Response Due: February 12, 2026, at 16:00 EST.
- Questions Due: January 21, 2025, at 12:00 PM EST (Note: This date is in the past relative to the published date).
- Published Date: February 5, 2026.
Evaluation
Offers will be evaluated based on FAR 52.212-2, with Non-Price Technical Solution (Technical Approach and Past Performance) being significantly more important than price. However, as quotes become more equal in non-price factors, price becomes more important. The Government intends to award based on initial quotes and may make award to other than the lowest-priced offeror if it results in the best value. Evaluation factors include:
- Technical Approach and Capability: Detailed description of experience and plan for performing SOW tasks.
- Past Performance: At least two references for similar services within the past two years, with completed Past Performance Questionnaires submitted directly by references.
- Price: Evaluation for completeness and reasonableness.
Additional Notes
- Offerors must be registered in SAM.gov and provide their UEID/CAGE CODE and Page 1 of their SAM registration with their quote.
- Quotes must be itemized for each requested item in the Statement of Work; quotes without pricing for all items will be considered nonresponsive.
- The Department of Commerce will utilize FedConnect® for contract administration; contractors must be registered.
- All questions must be submitted in writing via email to Christopher.baker@noaa.gov.
- The Government reserves the right to exercise FAR 52.217-8 Option to Extend Services for up to 6 months.