J--SEFSC Shipyard for R/V Gladys Reese

SOL #: 1305M326Q0014Award Notice

Overview

Buyer

Commerce
National Oceanic And Atmospheric Administration
DEPT OF COMMERCE NOAA
SEATTLE, WA, 98115, United States

Place of Performance

Place of performance not available

NAICS

Ship Building and Repairing (336611)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ships, Small Craft, Pontoons, And Floating Docks (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 14, 2026
2
Last Updated
Apr 27, 2026

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) Southeast Fishery Science Center (SEFSC) is soliciting proposals for shipyard services to perform modifications on the R/V Gladys Reese. This opportunity is a Total Small Business Set-Aside and requires work to be completed at a facility within 50 miles of the NOAA Dock Facility in Pascagoula, MS. Offers are due by February 5, 2026, at 3:00 PM EST.

Scope of Work

The required services include significant modifications to the R/V Gladys Reese. Key work items encompass:

  • Deckhouse Installation (WI-01)
  • Aft Deck Modifications (WI-02)
  • Mission Installations (WI-03)
  • Life Raft Cradle Modifications (WI-07)
  • Anchor Chute Modification (WI-08)
  • Painting (WI-09) Detailed technical requirements are outlined in attached specifications and drawings.

Contract Details

  • Type: Request for Quotation (RFQ)
  • Product Service Code: J019 (Maintenance, Repair And Rebuilding Of Equipment: Ships, Small Craft, Pontoons, And Floating Docks)
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 336611 (Ship Building and Repairing) with a 1,300-employee size standard
  • Period of Performance: Not to exceed five (5) months from contract award, with no option periods.
  • Award Structure: Single Contract Line Item Number (CLIN).

Submission & Evaluation

  • Offers Due: February 5, 2026, at 3:00 PM EST.
  • Submission Method: Via email to AMANDA.ROSSITER@NOAA.GOV.
  • Evaluation Factors: Proposals will be evaluated on:
    • Technical Approach: Clarity, feasibility, and completeness of the proposed plan.
    • Relevant Experience: Similar shipyard projects.
    • Past Performance: Successful performance, quality, timeliness, and communication.
    • Price: Evaluated for completeness and reasonableness (not scored).
  • Required Attachments: Offerors must complete and submit Attachment No. 1 (subcontractors), Attachment No. 2 (qualified welders), and ensure references complete Attachment No. 3 (Past Performance Questionnaire) by the due date. Include a completed FAR 52.212-3.

Key Amendments

Amendment 0001 revised the Statement of Need (SON) in Section 3, added an "Additional Reference Documents" folder, removed FAR clause 52.232-18, and made revisions to FAR 52.212-5 while confirming FAR 52.225-1 applies. The submission due date remains unchanged.

Additional Notes

A site visit is scheduled for interested offerors; contact Jeff Gearhart at jeff.gearhart@noaa.gov to schedule.

People

Points of Contact

ROSSITER, AMANDAPRIMARY

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Award Notice
Posted: Apr 27, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 14, 2026
View
J--SEFSC Shipyard for R/V Gladys Reese | GovScope