Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2002 FBO #0139
SOLICITATION NOTICE

V -- GULF OF MEXICO 12-METER BUOY TOWING AND DEPLOYMENT

Notice Date
4/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Data Buoy Center, National Data Buoy Center Building 1100, Room 360F, Stennis Space Center, MS, 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NWWG9500255555
 
Response Due
6/1/2002
 
Archive Date
6/16/2002
 
Point of Contact
Dennis Morris, Contract Specialist, Phone 228-688-1706, Fax 228-688-3153, - Penny Parker, Contracting Officer, Phone 228-688-1705, Fax 228-688-3153,
 
E-Mail Address
dennis.morris@noaa.gov, Penny.Parker@noaa.gov
 
Description
This is a combined commercial item synopsis/solicitation prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is NWWG9500299993 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 01-06. The contract will be a firm-fixed price per day charge purchase order. The job is estimated to take eleven (11) days. The National Data Buoy Center (NDBC), Stennis Space Center, Mississippi, intends to contract for buoy transportation, and buoy deployment. Quoted estimates are to be itemized on a per day basis and shall identify the estimated transit times, boat rental fees (if applicable), fuel/oil consumption, food and accommodations, and all other charges necessary to complete the trip. SCOPE - This Statement of Work (SOW) provides contractor information necessary to prepare bids for transport of two 12 meter discus buoys and all associated equipment from Stennis Space Center (SSC) Lat 30 degrees 21 minutes 00 seconds North, 87 degrees 37 minutes 00 seconds West to deployment sites at Lat 26 egrees 06 minutes 00 seconds North - Long 87 degrees 33 minutes 00 seconds West and Lat 26 degrees 15 minutes 00 seconds North - Long 89 00 minutes 00 seconds West. (These are the current coordinates but the coordinates may be revised slightly prior to deployment.) The contractor shall submit quotes on two options: Option #1 is to load the vessel at SSC, tow and deploy the buoys, and return to SSC to unload NDBC equipment and personnel. Option #2 is to load at SSC and return to a port chosen by the contractor with facilities to off load NDBC equipment and personnel. GENERAL - The buoys are large discus shaped buoys, 12 meters in diameter and each weigh approx. 200,000 lbs. The mooring are an inverse catenary moorings designed for a water depth of approximately 10,000 feet. Deployment is tentatively scheduled to commence on July 5, 2002 and shall conclude with return to the designated port. The vessel will load NDBC support equipment and personnel at the SSC dock and tow the 12 meter buoys down the East Pearl River, to the deployment sites. Once on site the ship shall deploy the buoys and their mooring components. After each deployment the vessel is required to remain on station for system testing. There are maximum sea states in which the vessel is expected to operate. The decision whether to go or no-go when considering weather conditions shall be made by mutual agreement between the NDBC representative and the boat Captain, with the Captain having the final authority to postpone, cancel, or delay a mission. Due consideration will be given to the safety of the vessel and personnel aboard at all times. A no-go decision because of weather will not be considered cancellation of the contract. TECHNICAL REQUIREMENTS - The vendor shall provide the following capabilities: Captain shall be licensed for offshore transportation to the location specified 300 nautical miles offshore. The vessel shall meet all United States Coast Guard requirements for 300 nautical miles (min.) offshore certification and shall be capable of the following: Towing two 12-meter discus buoys weighing approximately 100 tons each, when ballasted for sea towing, at a minimum speed of 5 knots in a Beaufort Force Sea State 3. Shall be able to transit the East Pearl River, the Rigoletes, and the SSC canal - controlled depth of 7 feet. On-board equipment must be provided for welding, acetylene cutting, electrical power of 120/208 VAC. Communications equipment to maintain contact with shore based personnel. Positioning capabilities to within 100 meters. Lifting capabilities of 30,000 lbs. minimum, to safely move and lay-out the mooring during deployment operations. The crane must also be capable of reaching the stern area in order to hang the anchor for deployment. Capable of transporting a full mooring consisting of 655 feet of 1 1/2 inch chain ( 13,100 lbs.), two mooring line boxes (7' X 8' X 6' weighing approx. 6,000 lbs each), one 6,000 lb anchor that must be faked out on the stern of the-vessel. A second mooring consisting of 655 feet of 1 1/2 inch chain ( 13,100 lbs.), two mooring line boxes (7' X 8' X 6' weighing approx. 6,000 lbs each), and one 6,000 lb anchor will be stored on deck and faked out after the first deployment. Minimum of 2500 square foot of clear deck working area with a minimum deck load capacity of 80,000 pounds. Shall have sufficient pad-eyes or hold-downs on the deck, or ability to install sufficient hold-down points, to accommodate equipment for transit and to conduct operations. The stern section of the vessel shall be free of bulwarks and obstructions to accommodate the deployment of the mooring. The edge of the deck that runs along the stern section must not be sharp to prevent chaffing of the mooring line. Capable of conducting deck operations in Beaufort Force Sea State 5. Comfortable, air-conditioned quarters and mess facilities for as many as eight (8) NDBC personnel for the duration of the trip. Hard bottom, inflatable craft (i.e. Zodiac) not less than 16 Feet in length, and an experienced operator for safe transfer of technicians and equipment to/from the buoys in Beaufort Force Sea State 4. Carrying capacity of 3 persons minimum. NDBC will conduct a survey of the vessel prior to awarding the contract. The contractor must carry adequate liability to cover persons, equipment, and any damage/loss that might result from operations during the course of the trip. Note: Complete replacement cost for each 12-meter buoy is approximately $ 2,000,000.00. TASKS - Prior to the commencing operation, the NDBC technicians will conduct a meeting with all vessel personnel to assure that everyone understands the details of the operations and what each must do to assure a safe and successful mission. Disagreements with the NDBC's operational procedures will be settled prior to commencement of the trip. Inability to settle the disagreements to the satisfaction of the NDBC, especially if it is felt that failure to follow the NDBC procedures may result in personnel injury or damage/loss of a buoy(s), will result in cancellation of the contract. Tow the buoys from SSC to the deployment sites at Lat 26 degrees 06 minutes 00 seconds North - Long 87 degrees 33 minutes 00 seconds West and Lat 26 degrees 15 minutes 00 seconds North - Long 89 degrees 00 minutes 00 seconds West. (These are the current coordinates but the coordinates may be revised slightly prior to deployment.) Rig a length of 1 1/2 inch bull chain across the deployment deck to facilitate deployment operations. After deployment, of each buoy, remain on station up to 24 hours while NDBC conducts system testing and de-ballasts the buoy. Return to port and unload equipment. DELIVERABLES - A vessel capable of the requirements listed in section 3. Proof of insurance. Captain's certifications. Two 12 meter buoys deployed on station. PERIOD OF PERFORMANCE - Commencing on July 5, 2002. GOVERNMENT FURNISHED EQUIPMENT - Two 12 meter buoys. Two complete mooring. Test equipment. Towing harness and tow lines. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; all offerors are to include with their offer a complete copy of FAR 52.212-3 Offerors Representation and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 2.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O. 11246); and FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). The full text of clauses may be accessed electronically at: http://www.arnet.gov/far. Offerors must provide: (1) solicitation number; (2) name and address; point of contact and telephone number; (3) total price; (4) copies of the Captain's license, vessel certification, and proof of insurance; and (5) a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Quotes may be faxed to Dennis E. Morris at (228) 688-3153. Quotes may be mailed to National Data Buoy Center, Attn: Dennis E. Morris, Building 1100, Room 360, Stennis Space Center, MS 39529-6000. Quotes due June 1, 2002.
 
Record
SN00062164-W 20020420/020418213157 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.