Federal Contract Opportunity

Last Updated on 07 Jul 2025 at 10 PM
Special Notice
Seattle Washington

Special Notice for NOAA Seattle Trawl Materials and Supplies

Details

Solicitation ID RQ-25-3958
Posted Date 07 Jul 2025 at 10 PM
Response Date 21 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Commerce
Location Seattle Washington United states

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Sign up to access Documents

Signup now

Special Notice: RQ-25-3958
NOAA / NMFS / AKFSC
The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center (AFSC), intends to award, on a sole source basis, under the authority of FAR 13.106-1(b)(1), with LFS, Inc., of Bellingham, Washington, to procure the following:
Provide trawl materials and supplies that will be used for repairs on 2025 survey season trawls and to construct and repair trawls in preparation for surveys and research conducted in Alaskan waters for FY 2026.
The Alaska Fisheries Science Center (AFSC) conducts five distinct bottom trawl surveys in Alaska; some are performed annually and some biennially. The data collected on these fishery-independent surveys are integral to the stock assessments of all commercial fish and crab species in Alaska, and successful completion of these surveys is a core function of the AFSC. This requires both fishery-independent surveys and scientific research fieldwork in which trawls are often used. The trawls suffer damage and wear during these activities and need repair and eventual replacement to continue operating as designed. In order for the trawl surveys to provide reliable and unbiased information, the fishing gear and methods are strictly standardized so that observations are consistent and unbiased from location to location and from year to year so that the change in materials or methods does not bias abundance estimates. A variety of materials are used to construct and repair these trawls, including wire rope, floats, Poly web, and assorted hardware. These materials must be the same from year to year, and the specifications must remain the same over time to ensure standardization. Rope and twine looming techniques are held to secrecy and patented, where each manufacturer produces the specific fibers, natural or synthetic, used for their product and specific to each reseller. The rope and twine fibers are twisted and braided together to create a specific tensile strength. The specific fibers used and the tensile strength applied by each manufacturer is distinct and unique. The rope and twine selected for the AFSC trawl nets must support a certain amount of stress when stretched. The constructed trawl net receives considerable impact and force when fishing on the sea floor, where the average catches within the trawl net is approximately 1,100 - 1,200 kg. It is imperative that the rope and twine is manufactured to withstand the stress and weight of both the bottom fishing and the resultant catch.
The AFSC Research Fishing Gear Program is responsible for the construction and repair of all trawls used for both survey and research purposes. There are a variety of trawl types that all have different characteristics to meet the requirements of the survey or research to be completed.
• TWINE: #21 white twisted, white twisted in 250 lbs, 250 LB
• TWINE: #21 ECW TW Green Ever-Grip TWN (Hard lay) 1# in 250 lbs, 250 LB
• TWINE: #60 TW Nylon Green Twine (Hard lay) 5# in 250 lbs, 250 LB
• TWINE: #60 F160 RB White Nylon Twine 5# in 400 lbs, 400 LB
• TWINE #96 ECW TW Green Seine TWN 5# in 100 lbs in 5 lbs spools, 20 SPOOLS
• TWINE: RS96 RB White Nylon Twine 5# in 100 lbs in 5 lbs spools, 20 SPOOLS
• LINE: MH 1/4” x 600 foot PolyPro 3 STR Yellow, 10 SPOOLS
• LINE: MH 3/8" x 600 foot PolyPro 3 STR Yellow, 30 SPOOLS
• LINE: 600 foot rolls 1/4” stable braid Samson uncoated, 4 SPOOLS
• LINE: 600 foot rolls 1/2” stable braid Samson uncoated, 2 SPOOLS
• LINE: 5000 foot continuous 3/4” Samson Duralon stable braid, 5000 FEET
• WEB: 4MM x 5" OP x 100.5MD, 6 ea bales, approx.. 350 lbs 875mL x 100.5MD, 6 EACH
• WEB: 5MM SUPRA x 5" x 100.5MD, 4 ea bales, approx.. 350 lbs 160mL x 100.5MD, 4 EACH
• WEB: #60 TW Nylon x 4” DG&B approx.. 308 lbs 921mL x 100.5MD, 6 BALES
• WEB: #96 TW Nylon x 3.5” DG&B approx.. 343 lbs 614mL x 100.5MD, 4 BALES
• WEB: #18t 3 STRAND Nylon DN18 1 1/4” 300 lbs, 2 BALES
• HARDWARE: 1" flatlinks milled T-1 Armour, 20 EACH
• HARDWARE: 1" G hook T-1 Armour, 20 EACH
• HARDWARE: 1 1/4" Galv Bolt Type ”D” shackles, 8 EA
• HARDWARE: FG-knot hardener, 36 GALLONS
• HARDWARE: Victornox paring knives, black handle, 20/box, 10 BOXES
The applicable Size Standard is North American Industry Classification System (NAICS) Code 314994, with a Small Business size standard of 1,000 employees.
The NOAA Fisheries AKFSC is responsible for research on living marine resources in the coastal oceans off Alaska and off parts of the west coast of the United States. The AKFSC Groundfish Assessment Program conducts five different fishery-independent groundfish trawl surveys in Alaska. All of these surveys utilize trawl nets to collect data that is used to derive a standardized catch per unit effort (CPUE). To avoid biased estimation of CPUE, it is very important that the collection methods used are the same between tows and between years so that the observed change in populations over time reflect actual changes and not due to differences in collection gear. Even small differences in webbing can influence drag, turbulence, and the vertical or horizontal opening of the trawl. The collected data from these utilized trawl nets are used for Congressionally-mandated stock assessment of all commercial fish and crab species in Alaska.
The Government intends to negotiate a firm fixed price contract.  This Special 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.  Submissions are due no later than July 21, 2025 at 5pm Eastern Time.  Oral communications are not acceptable in response to this notice.  Responses may be emailed to [email protected]. 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 compete this requirement based upon responses to this notice is solely within the discretion of the Government. It is the Government's belief that only can LFS, Inc., of Bellingham, Washington, can provide the requirements stated above.
Attachment
Redacted Single Source Determination

Similar Opportunities

Seattle Washington 15 Jul 2025 at 12 AM
Austin Texas 30 Jun 2026 at 4 AM
Austin Texas 30 Jun 2026 at 4 AM
Seattle Washington 22 Jul 2025 at 12 AM

Similar Awards

Seattle Washington Not Specified
Seattle Washington 25 Sep 2020 at 2 PM
Location Unknown 26 Sep 2018 at 5 PM
Silver spring Maryland 07 Jul 2020 at 11 AM
Silver spring Maryland Not Specified