J--Research Vessel Southern Journey Repairs

SOL #: 1305M326Q0178Combined Synopsis/Solicitation

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: Ship And Marine Equipment (J020)

Set Aside

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

Timeline

1
Posted
May 4, 2026
2
Last Updated
May 5, 2026
3
Submission Deadline
May 11, 2026, 8:00 PM

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) is soliciting proposals for Research Vessel Southern Journey Repairs. This Total Small Business Set-Aside opportunity involves drydock repairs, including hull steel replacement and bilge structural repairs, for the NOAA R/V Southern Journey (F 7701). The acquisition is a firm-fixed-price contract. Proposals are due May 11, 2026, at 16:00 ED Local Time.

Scope of Work

This solicitation seeks emergency shipyard repair services to address electrolysis pitting in the engine room bilge area of the NOAA R/V Southern Journey (F7701), which currently has a "no sail" deficiency. The work is critical to restore the vessel's seaworthiness and enable its continued missions for the Southeast Fisheries Science Center. Key tasks include:

  • Drydocking the 77-foot vessel.
  • Hull steel replacement and bilge structural repairs (specifically, cropping out and replacing affected metal in the engine room bilge from frame 20 to 24).
  • Discharge piping replacement.
  • Full underwater hull preparation and coating.
  • Removal and re-installation of zinc anodes, hull intake screens, and bow thruster propellers.
  • Draining, flushing, pressure testing, and refilling the keel cooling system.
  • Prep and paint the bilge compartment and the hull from the waterline to the keel.
  • Contractor is responsible for providing all materials, services, equipment, and labor, ensuring commercial grade products meeting or exceeding OEM specifications.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 336611 (Ship Building and Repairing)
  • Size Standard: 1,300 employees
  • Period of Performance: Estimated 30 days after award. Work to be completed within 14 days after vessel arrival at shipyard.
  • Place of Performance: A local shipyard within a 50-mile commuting radius of Pascagoula, MS.

Submission & Evaluation

  • Offer Due Date: May 11, 2026, 16:00 ED Local Time.
  • Submission Instructions: Offers must be submitted electronically to Jenna Taulman at jenna.taulman@noaa.gov.
  • Evaluation Factors: Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, considering Price, Technical Approach and Capability, and Past Performance.
  • Questions Due: May 7, 2026, 14:00 PM Central Time, submitted in writing to jenna.taulman@noaa.gov. Responses will be provided via amendment.
  • Past Performance: Offerors must complete Sections I and II of the provided Past Performance Questionnaire and have an assessor complete Section III and IV. The completed questionnaire must be submitted with the proposal.

Key Attachments / Amendments

  • Amendment 0001 added Attachment 3: "1305M326Q0178 Pricing Schedule". This schedule details pricing for repair work (CLIN 0001) and potential growth work, including specified labor rates ($5.00/hour) and material markup (0.05 percent) for growth work. Offerors must fill in specific cells (D5, D6, D7).
  • The solicitation also includes a Statement of Work (SOW) detailing the emergency repair services and a Past Performance Questionnaire.

Additional Notes

  • A site visit is strongly encouraged and can be scheduled for May 5 or 6, 2026, by appointment.
  • The Government will provide the vessel. Acceptance will be at the Southeast Fisheries Science Center in Pascagoula, MS.
  • Contractors must maintain specific insurance requirements and ensure mandatory training on Sexual Assault and Sexual Harassment prevention.
  • Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).

People

Points of Contact

TAULMAN, JENNA L.PRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: May 5, 2026
Version 1
Combined Synopsis/Solicitation
Posted: May 4, 2026
View