Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2025 SAM #8651
SPECIAL NOTICE

99 -- OHC Replacement of Shaft Logs on R/V Bay Commitment (F4106)

Notice Date
8/1/2025 3:31:15 PM
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
FD-2025-524
 
Response Due
8/16/2025 5:00:00 AM
 
Archive Date
08/31/2025
 
Point of Contact
Shawana Randolph
 
E-Mail Address
shawana.randolph@noaa.gov
(shawana.randolph@noaa.gov)
 
Description
OHC Replacement of Shaft Logs on R/V Bay Commitment (F4106) NOTICE OF INTENT TO NEGOTIATE A SINGLE-SOURCE CONTRACT Special Notice: FD-2025-524 NOAA/NMFS/OHC In compliance with FAR Subpart 13 coupled with the provisions set forth by FAR Subpart 5.101(a)(1), this Notice is hereby published to inform of the following: The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Office of Management and Budget (OMB) intends to negotiate, on a sole source basis, under the authority of FAR 13.106-1(b)(1), with THE TALARIA COMPANY, LLC Using the procedures of FAR Part 13 the requirement is to procure the following: This requirement is for: Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for purchase, installation and performance verification of services related to replacement of shaft logs on R/V Bay Cimmitment (F4106) The applicable Size Standard is North American Industry Classification System (NAICS) Code 336611 with a Small business size standard of 1300 employees. This Sole Source Determination is based on NOAAA's requirement that is the only Vendor that provides the required services : ""The RV Bay Commitment is 50 years young and through routine maintenance has been able to perform critical operations and maintenance actions. Periodically, she requires extra attention to maintain her operational status. We are currently without a key operational asset. The 41� Bay Commitment is used to support field activities such as hydrographic research and buoy maintenance. Having the vessel in a �no sail� status severely challenges our ability to react to emergency situations. The NOAA Chesapeake Bay Office (NCBO) operates a 41-foot research vessel, R/V Bay Commitment. The R/V Bay Commitment was pulled out of the water for her biennial inspection of the shafts and replacement of cutlass bearings when the maintenance team identified a severely corroded shaft log, the �pipe� the shaft passes through. The corrosion was severe enough to warrant placing the vessel into a �no sail� status until which time the issue can be resolved. TECHNICAL REQUIREMENTS: Fabricated shaft logs will identically match the material and dimensions of the existing logs Welding specifications - All work must be performed in compliance with the following standards: American Rules for Materials and Welding 2006 � Aluminum and FRP. American Bureau of Shipping (ABS), 2011, Guide for Nondestructive Inspection of Hull Welds. American Welding Society (AWS), D3.7:2004, Guide for Aluminum Hull Welding U. S. Code of Federal Regulations Subchapter T. NOAA Small Boat Program Specifications and Guidelines (see contacts for information).Bureau of Shipping (ABS), R TASKS: Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for purchase, installation and performance verification of the following components: Shaft log fabrication- 2 Welding services to remove and install shaft logs that meet federal work requirements Installation of previously purchased bellows (NOAA to provide) Installation of grounding straps on the shafts Shaft and Shaft log alignment with transmission Sea trials- Demonstration of new equipment by installing vendor with CBO DELIVERY SCHEDULE: Fully operational Vessel must be provided on or after August 30, 2025 but within 120 days of contract award. PLACE OF PERFORMANCE: Work must be conducted onsite at Hinckley�s Bachelor Point facility in Oxford, MD. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS AND NO SOLICITATION PACKAGE IS AVAILABLE. HOWEVER, FIRMS THAT BELIEVE THEY CAN FULLY MEET THE GOVERNMENT'S REQUIREMENTS MAY SUBMIT SUBSTANTIATING DOCUMENTATION IN WRITING TO THE IDENTIFIED POINT OF CONTACT WITHIN 15 DAYS AFTER PUBLICATION OF THIS SYNOPSIS. SUCH DOCUMENTATION WILL BE EVALUATED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER OR NOT TO CONDUCT THIS PROCUREMENT ON A COMPETITIVE BASIS. A DETERMINATION BY THE GOVERNMENT NOT TO CONDUCT A COMPETITIVE PROCUREMENT, BASED UPON RESPONSES TO THIS NOTICE, IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. ORAL COMMUNICATIONS ARE NOT ACCEPTABLE IN RESPONSE TO THIS NOTICE. Attachments Single Source Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d5435ceb354640208cadb38639541139/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN07533255-F 20250803/250801230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.