Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2003 FBO #0489
MODIFICATION

W -- Rental of research vessel, submersible & crew for exploration of Atlantic & Gulf of Mexico

Notice Date
4/1/2003
 
Notice Type
Modification
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
NR-MA0006-03-00018
 
Response Due
5/9/2003
 
Archive Date
5/24/2003
 
Point of Contact
Eleanor Kaul, Contract Specialist, Phone 301-713-0820 x142, Fax 301-713-0806, - Donald Thompson, Contracting Officer, Phone 301-713-0820 x118, Fax 301-713-0806,
 
E-Mail Address
Eleanor.E.Kaul@noaa.gov, don.thompson@noaa.gov
 
Description
Modification No. 1 is issued to clarify that UNOLS certification is a desirable trait and will be worth extra points in evaluation of the technical proposal. The closing date for submission of proposals remains unchanged as May 09, 2003. The original announcement is included below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; A WRITTEN SOLICITATION WILL NOT BE ISSUED. QUOTES ARE BEING REQUESTED. Solicitation number RFQ NR-MR0006-3-00018 is issued as a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This procurement action is full and open. The associated North America Industry Classification System is 483113. A firm is a small business for the purpose of this requirement is size standard is 500 emp0lyees. National Oceanic and Atmospheric Administration (NOAA), Office of Ocean Exploration (OOE) requires the services of a contractor that can support a major expedition to be conducted for approximately 75 days per year for a five year period composed of a base year plus four one-year periods. The base year period of performance shall be from July 1, 2003 to September 30, 2003. The minimum number of days per year for the vessel and the submersible is 55 days and the maximum number of days per year for the vessel and the submersible is 100 days. For the submersible the minimum number of days per year is 23 days and the maximum is 30 days. The period of performance shall be approximately 80 days from July 1 - September 30 of each year. Contractor shall provide a research vessel greater than 175 feet between perpendiculars able to accommodate up to 40 people including crew and a manned submersible classed and certified to a depth of at least 3,000 feet by the American Bureau of Shipping. The vessel and submersible will be used to map and characterize areas of the Atlantic through the use of transect surveys and video documentation. The submersible shall accommodate two scientist/observers in addition to the pilot(s). The submersible shall have a forward acrylic hemisphere that sits approximately 18 inches above the bottom to facilitate observations in low visibility. The submersible shall also be equipped with active sonar, a seven function, 68kg (150-pound) lift capacity hydraulic manipulator equipped with a suction sampler, clam bucket scoop and jaws capable of handling bottom cores and other sampling devices. This equipment shall be accompanied by rotating sampler. The submersible shall possess the capacity for dives of up to 6 hours duration and horizontal and vertical thrusters of at least 32kg (70-pound thrust) each. It shall be equipped with the following photographic equipment and related items or equivalent equipment: Still camera: Model 378 Benthos 35 mm Still camera with Benthos model 382 RH (100 watt-second) and Model 383 RH ( 200 watt-second) strobes. The camera shall be capable of containing up to 300 frames per load and shall have an L1:D data chamber display indicating time, date, and run number. Standard 15 mm and 28 mm as well as an 85 mm lens shall also be provided. Video camera: Photosea TV3000T with Sony DXC-3000A head and 566 lines horizontal resolution: 58dB signal to noise ratio; 15 to 24 VDC operation: water correction optics, diopter, dome port. The camera shall be outfitted with a Canon j8x6KRS 6-48 mm focal length and 8:1 zoom ration, remote zoom and focus, and auto or manual iris. It shall have full remote focus control from 0.3 meters to infinity. Video equipment shall also include a Sony VCD-1000 recorder with 400 lines of resolution in Hi-8 anode, 45 db signal to noise ratio and RC time code automatically recorded. An appropriate monitor shall also be included. Lighting for observation and videography" A minimum of four Biras imd Sawyer standard underwater lights, 650 watts each, or equivalent, is required with an option for four 400 watt HMI lights. One 1200 watt HMI light shall be available for mounting and adjustment as a flood or spot light. The support platform from which the submersible is operated shall have onboard processing facilities for 35 mm Ektachrome E-6 film and a light table or other suitable equipment for viewing negatives. The surface support vessel shall be a certified component of the University National Oceanographic Laboratory System (UNOLS). The contractor shall be responsible for maintaining the submersibles and related equipment in safe operating condition during the course of the submergible operations. The submersible shall be involved in day-to-day operations at multiple dive sites in the Atlantic. Maximum depths shall not exceed 3000 feet. However, a submersible equipped with accessories as noted above and certified to 3000-foot depths shall be provided. The submersible shall also be used to retrieve samples from preselected areas and video document underwater habitats and living resources. Small artifacts and specimens shall be recovered through suction devices or by use of the submersible's articulated arm and placed into a rotating sample collecting device. The Federal Acquisition Regulations (FAR) web site is www.arnet.gov/far/loadmainre.html. The provision at FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition and there are no addenda to this provision. The provision at FAR 52.212-2 Evaluation-Commercial Items (JAN 1000) applies: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (I) technical capability of the item/service offered to meet the Government requirements; (ii) price; (iii) past performance. Technical at 30% and past performance at 40%, when combined are 70% when compared to price. See Federal Business Opportunities (FEDBIZOPPS) Note 25 at www.eps.gov/Numbered_Notes.html. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clause cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 2538 and (U.S.C. 2402), 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3), 52.219-14, Limitation on Subcontracting 915 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action. for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act Supplies(41 U.S.C.10) and 52.225-9, Buy American Free Trade Agreement -Israeli Trade Act- Balance of Payments Program (U.S.C. 10). Quotes can be emailed to Eleanor.E.Kaul@noaa.gov or faxed to Eleanor.E.Kaul at 301/713-0806 or mailed to U.S. Dept. of Commerce, NOAA, Eleanor. E. Kaul OFA65, 1305 East-West Hwy., Station #7604, Silver Spring, Maryland 20910-3281. Quotes must be received no later than 3:00 p.m. on May 9 , 2003. Only the faxed pages received on the NOAA fax machine by the stated closing date and time will be accepted. Statement of Work is attached.
 
Place of Performance
Address: NOAA/Ocean Exploration Program, 1315 East-West Hwy., SSMC 4 Station # 10142, Silver Spring, Maryland
Zip Code: 20910-3282
Country: USA
 
Record
SN00292719-W 20030403/030401213318 (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  © 1994-2020, Loren Data Corp.