ONMS OCNMS R/V Storm Petrel Annual haulout, heavy
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), specifically the Office of National Marine Sanctuaries (ONMS), is soliciting proposals for annual haulout, heavy maintenance, and repairs for the R/V Storm Petrel. This is a Combined Synopsis/Solicitation (RFQ) set aside for Total Small Business concerns. Quotes are due by June 1, 2026, at 11:00 AM EST.
Scope of Work
The contractor will provide all necessary services, personnel, and equipment for base service items as per the Statement of Work (SOW). Key tasks include:
- Vessel Haulout & Hull Maintenance: Haul, block, clean, store, launch, pressure wash hull, inspect, and apply antifouling paint (Trilux 33).
- Propulsion & Mechanical Systems: Renew Prop-Speed coating, inspect/lubricate through-hull valves, annual service for two Cummins QSC8.3 diesel engines and one Onan 21.5MDKDR78112A generator, inspect cutlass bearings, replace eight exterior hydraulic hoses, and service rudder/shaft packing glands.
- Vessel Systems & Structure: Inspect and clean fuel tanks, provide and install new marine-grade decals, inspect/service InterOcean hydraulic winches, service Ahead Tank MSD System, and weld two new cleats to the A-Frame.
- Contingency Repairs: Perform contingency repairs based on Condition Found Reports (CFRs) with prior approval.
Contract & Timeline
- Contract Type: Firm-fixed-price purchase order.
- Period of Performance (POP): Date of Award through six (6) months (anticipated June 8, 2026 – December 7, 2026).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336611 (Ship Building and Repairing), Size Standard: 1,300 employees.
- Place of Performance: Contractor's facility within a 65-statute mile radius of Port Angeles, WA.
- Quotes Due: June 1, 2026, 11:00 AM EST.
- Questions Due: May 25, 2026, 11:00 AM EST.
- Published Date: May 15, 2026.
Evaluation Criteria
Award will be made to the lowest-priced, technically acceptable offer. Evaluation will consider:
- Technical Acceptability/Capability (Pass/Fail): Demonstrated capability, relevant experience (past two years), understanding of SOW, and distance from Port Angeles, WA.
- Past Performance (Pass/Fail): Based on successful performance, quality, timeliness, cost management, communication, and customer satisfaction from up to three recent contracts.
- Price: Government will review the lowest-priced quote for technical acceptability first.
Additional Notes
- Offerors must have an active SAM registration and provide their UEID/CAGE CODE.
- A site visit is highly recommended but not required. Contact LTjg Jack Gerrior at jack.gerrior@noaa.gov or 781-217-1696 to schedule.
- Quotes must be valid for a minimum of 60 days.
- Submission via email to Chelsea.Vera@noaa.gov, including signed SF 1449 and Past Performance Reference form.