Skip to content
Department of Commerce

NOAA Fisheries Special Notice of Intent to a Single Source_Trawl Materials

Solicitation: ACQ-26-0498
Notice ID: ee3b431cc9264067853d923f9fd8865b
TypeSpecial NoticeNAICS 314994DepartmentDepartment of CommerceAgencyNational Oceanic And Atmospheric AdministrationStateWAPostedApr 08, 2026, 12:00 AM UTCDueApr 23, 2026, 09:00 PM UTCCloses in 15 days

Special Notice from NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION • COMMERCE, DEPARTMENT OF. Place of performance: WA. Response deadline: Apr 23, 2026. Industry: NAICS 314994.

Market snapshot

Awarded-market signal for NAICS 314994 (last 12 months), benchmarked to sector 31.

12-month awarded value
$16,170,985
Sector total $1,728,154,336 • Share 0.9%
Live
Median
$47,837
P10–P90
$40,467$56,557
Volatility
Stable34%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.9%
share
Momentum (last 3 vs prior 3 buckets)
+3413%($15,275,829)
Deal sizing
$47,837 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for WA
Live POP
Place of performance
Seattle, Washington • United States
State: WA
Contracting office
US

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
WA20260003 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Washington • Asotin
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
+42 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 42 more rate previews.
Davis-BaconBest fitstate match
WA20260003 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Asotin
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
Rate
TILE SETTER
Base $36.35Fringe $14.57
+41 more occupation rates in this WD
Davis-Baconstate match
WA20260104 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Columbia
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
Rate
TILE SETTER
Base $36.35Fringe $14.57
+36 more occupation rates in this WD
Davis-Baconstate match
WA20260130 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Spokane
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINE PERSON
Base $64.17Fringe $23.58
Rate
TREE TRIMMER: Ground Person
Base $22.60Fringe $16.37
+31 more occupation rates in this WD
Davis-Baconstate match
WA20260021 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Adams
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
Rate
CARPENTER (Including Drywall Hanging and Form Work)
Base $44.21Fringe $17.28
+28 more occupation rates in this WD

Point of Contact

Name
Christie Lang
Email
christie.lang@noaa.gov
Phone
Not available

Agency & Office

Department
COMMERCE, DEPARTMENT OF
Agency
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Subagency
Not available
Office
Not available
Contracting Office Address
US

More in NAICS 314994

Description

Special Notice: ACQ-26-0498
NOAA / NMFS / AFSC

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 to construct seven (7) new trawls in preparation for surveys and research conducted in Alaskan waters.

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.

• WEB: #60 TW Nylon x 4” DG&B approx. 308 lbs 921mL x 100.5MD, 7 BALES
• WEB: #96 TW Nylon x 3.5” DG&B approx. 343 lbs 614mL x 100.5MD, 2 BALES 
• WEB: 4mm DBL 5" approx. 325 lbs 250 mL x 100.5, 5 BALES
• WEB: 4mm DBL 6" approx. 346 lbs 200 mL x 100.5MD, 3 BALES 
• WEB: F15mm SUPRA x 5" OP x 100.5MD, approx. 327 lbs 350 mL x 100.5MD, 5 BALES
• WEB: 4mm x 5" OP x 100.5MD, approx. 350 lbs 875 mL x 100.5MD, 6 BALES
• WEB: 4mm DBL 3.5” SUPRA, approx. 325 lbs 250mL x 100.5MD, 4 BALES 
• HARDWARE: 1-1/4" Galv BT Chain Shackles, 8 EACH 
• HARDWARE: 7-12 Boss Cod End Release, 8 EACH 
• HARDWARE: 3/4" Hammerlock Gunnebo, 7 EACH 
• HARDWARE: 3/4" Gunnebo Pin & Spacer Set, 7 EACH

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 AFSC 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 AFSC 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 to a Single Source 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 April 23, 2026 at 5pm Eastern Time.  Oral communications are not acceptable in response to this notice.  Responses may be emailed to Christie.Lang@noaa.gov. 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

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.