R--West Coast Region Marine Mammal Hotline Service
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), West Coast Region, is soliciting proposals for a 24/7 Marine Mammal Hotline Service. This is a Total Small Business Set-Aside for a firm-fixed-price contract. Proposals are due by March 11, 2026.
Purpose & Scope
This solicitation seeks non-personal hotline answering services for the NOAA Fisheries (NMFS) West Coast Region (WCR) Marine Mammal Stranding Hotline and the S.O.S Whale Hotline, covering California, Oregon, and Washington. The contractor will provide all necessary equipment, labor, and materials to operate a 24-hour daily hotline, including holidays. Services include unlimited fax, emailing, and phone call/text dispatching, utilizing a custom answering protocol, distinguishing between Marine Mammal Protection Act violations and strandings, collecting caller information, and providing quarterly reports on call volume and types. The place of performance will be off-site at the contractor's place of business.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: A base year (anticipated April 1, 2026 - March 31, 2027) plus four option years, extending the potential period to March 31, 2031. The anticipated award date is before April 1, 2026.
- Estimated Value: The estimated contract value is less than $350,000, falling below the Simplified Acquisition Threshold (SAT). Pricing must be quoted per month for each contract period and will be billed monthly regardless of call volume.
- Set-Aside: This acquisition is a Total Small Business Set-Aside under NAICS Code 561421 (Small Business Size Standard: $19.0M).
- Incumbent: The previous contract for these services was awarded to Beborgem Enterprises Incorporated (1305M323PNFFO0531), with services provided since 2023.
Submission & Evaluation
- Proposals Due: March 11, 2026.
- Submission Requirements: Offers must include the solicitation number, offeror information, UEI, EFT indicator, a technical approach, a price quote, and past performance information.
- Past Performance: While Past Performance Questionnaires (PPQs) are not strictly required, vendors lacking relevant past performance history may receive a "Neutral" rating, which could be less favorable than higher-rated past performance. Offerors are encouraged to submit PPQs if they have relevant experience.
- Evaluation Factors: Proposals will be evaluated based on Technical Approach and Capability, Price, and Past Performance, in order of importance.
- Wage Determinations: Service Contract Act (SCA) Wage Determinations apply. Offerors must use their SAM-registered place of business to find the applicable wage determination for their state and county.
Contact Information
For inquiries, contact Jenna L. Taulman at JENNA.TAULMAN@NOAA.GOV.