Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
SOLICITATION NOTICE

20 -- VESSEL CHARTER ACOUSTIC ARRAYS

Notice Date
7/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
EA1330-03-RQ-0140
 
Response Due
8/8/2003
 
Archive Date
8/23/2003
 
Point of Contact
Margaret Rankin, Contract Specialist, Phone 757-441-6562, Fax 757-441-3786, - William Privott, Contracting Officer, Phone (757) 441-6561, Fax (757 441-3786,
 
E-Mail Address
Margaret.A.Rankin@noaa.gov, william.d.privott@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, NOAA has a requirement for Charter Vessel Services to retrieve and re-deploy acoustic arrays (each 400 lbs) in support of Natl. Marine Fisheries Service (NMFS) in monitoring movements of coastal fishes in Historical Area Remediation Site (HARS) four miles off Sea Bright, NJ. This is a combined synopsis/request for quotation for commercial items prepared IAW FAR 12.6. This synopsis constitutes the only Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-14; quotes are being requested and a written RFQ will not be issued. The quotation number is EA1330-03-RQ-0140. The NAICS is 483212, size 500 employees. This acquisition is for Item 0001 - a charter vessel that meets all requirements found in applicable sections of CFR, Title 46, part 28 and U.S. Coast Guard regulatory requirements. The performance period will be 17 calendar days (not necessarily consecutive) with a start date on or about August 25, 2003 and completed on or about September 30, 2003. The point of mobilization and demob will be at a mutually agreed upon location or be docked at a marina within a 1-hour drive from the Sandy Hook Lab and be available for loading scientific equipment at least one working day prior to scheduled departure. The vessel shall be capable of operating up to a small craft sea state and be capable of reaching the study site (approximately 20 kilometers southeast of Sandy Hook, NJ) in less than 2 hours. Vessel must provide running seawater on deck (2 low pressure hoses) and 110 AC power for running scientific equipment. The vessel must include crew and be capable of sufficient size, range, and endurance to conduct operations safely and sufficiently for a full 8 hr day per day, Monday thru Friday (no weekends and holidays). The vessel must be capable of carrying a crew of 6 – 8 scientists and provide sheltered area for scientific crew and gear to include operational bathroom facility. The vessel must also be capable of maintaining station long enough to retrieve and re-deploy acoustic arrays in water depths of 40ft to 120 ft. Each array contains a pop-up buoy with 200ft of spectra line, acoustic receiver and 400 lb pyramid anchor. Vessel must contain sufficient deck space to accommodate placing up to two arrays on deck for scientists to connect computer equipment to the instruments on the array for downloading data. Scientists will be responsible for downloading data and reassembly of the arrays. The contractor shall be responsible for retrieving/deploying the arrays at precise predetermined locations (provided by scientists) without damage to instruments. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000); FAR 52.204-6, Data Universal Numbering System (DUNS) Number (JUN 1999); FAR 52.212-2, Evaluation – Commercial Items – government will award to the offeror will be most advantageous, price and other factors considered; and FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002). Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (JUL 2002) (ALT 1 APR 2002), with its offer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (MAY 2002) applies to this acquisition. No Defense Priorities an Allocations System (DPAS) rating assigned. This award is intended for award under simplified acquisition procedures and is 100% set-aside for small businesses. To be eligible for award, offerors must be registered with the Central Contractor Registration (CCR): www.ccr.dlsc.dla.mil and obtain a DUNS number by calling 1-800-333-0505. All responsible sources may submit a quote (priced per day) to the contracting office listed herein due on or before August 8, 2003 by 4:00 pm EST. Quotes may also be faxed to M.Rankin at (fax: 757-441-3786). Questions may be referred to Margaret Rankin at (757) 441-6562.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/EASC/EA1330-03-RQ-0140/listing.html)
 
Place of Performance
Address: 20 kilometers SE of Sandy Hook, NJ
Country: USA
 
Record
SN00372379-F 20030717/030715221837 (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.